Loading...
HomeMy WebLinkAboutContract 39070No IL CITY SECRETARY p,O,E, FILE CONTRACTOR'S BONDING C$PECIFICATIONS ,y CONSTRUCTION'S COPY AND CITY SECRETAFJNF CLIENT DEPARTMENT CONTRACT DOCUMENTS CONTRACT No. .-qQa FOR •w SANITARY SEWER REHABILITATION CONTRACT LV (55) - PART 2 IN THE �.e CITY OF FORT WORTH, TEXAS SEWER PROJECT NO. P258-708170043187 CITY PROJECT NO. 00431 .. DOE NO. 5434 a" as .. we ow 40 Mike Moncrief Mayor Dale A. Fisseler, P.E. City Manager S. Frank Crumb, P.E. Roberto C. Sauceda Director City Project Manager Water Department IOFFICIAL RECORD CITY SECRETARY WORTH, TX PREPARED BY ' DU NAWA 1501 Merrimac Circle, Suite 100 Fort Worth, Texas 76107 Phone 817.335.1121 Fax 817.335.7437 Texas Registered Engineering Firm F-1114 2009 DA No. 2001223 °-.` 9 A11:47 IN William A. Verkest Director Transportation and Public Works Department i ,r M&C Review Page 1 of 3 CITY COUNCIL AGENDA Official site of the City of Fort worth; Texas FORT WORTH -4 - COUNCIL ACTION: Approved on 8/18/2009 - Ord. No. 18762-08-2009 DATE: 8/18/2009 REFERENCE NO.: C-23736 LOG NAME: 60SS55P2- CIRCLEC CODE: C TYPE: NON -CONSENT PUBLIC NO HEARING: SUBJECT: Authorize a Contract in the Amount of $1,135,482.50 with William J. Schultz, Inc. d/b/a Circle "C" Construction Company, for Sanitary Sewer Rehabilitation Contract LV, Part 2, from the Trimble Drive/Hallmark Drive Intersection Northwesterly to Old Hemphill Road and Adopt Appropriation Ordinance RECOMMENDATION: It is recommended that the City Council: 1. Authorize the transfer of $1,203,547.00 from the Water and Sewer Operating Fund to the Sewer Capital Projects Fund; 2. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the Sewer Capital Projects Fund in the amount of $1,203,547.00 from available funds; and 3. Authorize the City Manager to execute a contract with William J. Schultz, Inc. d/b/a Circle "C" Construction Company, in the amount of $1,135,482.50 for Sanitary Sewer Rehabilitation Contract LV, Part 2. DISCUSSION: On April 16, 2002, (M&C C-19049) the City Council authorized an Engineering Agreement with Dunaway Associates, Inc., for Sanitary Sewer Rehabilitation Contract LV (55) (Project 00431). This project, Part 2, consists of the rehabilitation of a sanitary sewer transmission main beginning from the Trimble Drive/Hallmark Drive intersection northwesterly to Old Hemphill Road. The project was advertised for bid on June 11, 2009, and June 18, 2009, in the Fort Worth Star - Telegram. On July 9, 2009, the following bids were received: Bidder William J. Schultz, Inc., d/b/aCircle "C" Construction Company S.J. Louis Construction, Inc. Amount Time of Completion $1,135,482.50 150 Calendar Days $1, 313,634.55 http://apps.cfwnet.org/council_packetlmc review.asp?1D=12112&councildate=8118l2009 8/31/2009 M&C Review Page 2 of 3 Conatser Construction TX, LP $1,374,037.50 North Texas Contracting, Inc. $1,415,151.00 Lewis Contractors, Inc. $1,729,895.00 Gin -Seen, Inc. $2,103,812.50 M/WBE - William J. Schultz, Inc., d/b/a Circle "C" Construction Company, is in compliance with the City's M/WBE Ordinance by committing to 21 percent M/WBE participation. The City's goal on this project is 17 percent. In addition to the contract cost $34,000.00 is required for real property acquisition, consultant material testing, inspection, construction management and construction staking and $34,064.50 is provided for project contingencies. The project is located in COUNCIL DISTRICT 6. FISCAL INFORMATION/CERTIFICATION: The Financial Management Services Director certifies that upon approval of the above recommendations and adoption of the attached appropriation ordinance, funds will be available in the current capital budget, as appropriated, of the Sewer Capital Projects Fund. TO Fund/Account/Centers 1_&2) P258 476045 7081700431ZZ 2) P258 531350 708170043152 2) P258 511010 708170043180 2) P258 531200 708170043184 P258 531350 708170043184 2) P258 511010 708170043185 2) P258 541200 708170043187 FROM Fund/Account/Centers $1.203.547.00 1) PE45 538040 0709020 $1.203.547.00 2) $1.135.482.50 $10.000.00 P258 541200 708170043187 $6.000.00 $4.000.00 $2.000.00 $12.000.00 $1.169.547.00 Submitted for Citv Manaaer's Office bv: Oriainatina Department Head: Additional Information Contact: Fernando Costa (6122) S. Frank Crumb (8207) Roberto C. Sauceda (2387) http://apps.cfwnet.orglcouncil_packetlmc_review.asp?ID=12112&councildate=811812O09 8/31/2009 M&C Review Page 3 of 3 ATTACHMENTS 60SS55P2-CIRCLEC MAP.odf http://apps.cfwnet.orglcouncil packetlmc review.asp?ID=12112&councildate=811812O09 8/31/2009 - SPECIFICATIONS AND CONTRACT DOCUMENTS FOR SANITARY SEWER REHABILITATION CONTRACT LV (55) - PART 2 M .. 4 ..a IN THE CITY OF FORT WORTH, TEXAS SEWER PROJECT NO. P258-708170043187 CITY PROJECT NO. 00431 DOE NO. 5434 Mike Moncrief Mayor S. Frank Crumb, P.E. Director Water Department Roberto C. Sauceda City Project Manager PREPARED BY Dale A. Fisseler, P.E, City Manager William A. Verkest Director Transportation and Public Works Department DUNAWAY 1501 Merrimac Circle, Suite 100 y Fort Worth, Texas 76107 Phone 817.335.1121 Fax 817.335.7437 Texas Registered Engineering Firm F-1114 .. 2009 DA No. 2001223 aw ®e Cam.. DOCUMENTS TABLE OF CONTENTS SHORT FORM NOTICE TO BIDDERS COMPREHENSIVE NOTICE TO BIDDERS SPECIAL INSTRUCTIONS TO BIDDERS (WATER - SEWER) TABLE OF CONTENTS DOCUMENTS TABLE OF CONTENTS SHORT FORM NOTICE TO BIDDERS COMPREHENSIVE NOTICE TO BIDDERS SPECIAL INSTRUCTIONS TO BIDDERS (WATER - SEWER) MWBE DOCUMENTS MWBE SPECIAL INSTRUCTIONS MWBE SUBCONTRACTORS/SUPPLIERS UTILIZATION FORM MWBE PRIME CONTRACTOR WAIVER MWBE GOOD FAITH EFFORT MWBE JOINT VENTURE BID PACKAGE BID PROPOSAL & SIGNATURE SHEETS VENDOR COMPLIANCE TO STATE LAW ADDENDA INDEX AND RECEIPT PRE -QUALIFIED SUB -CONTRACTOR LIST GENERAL AND SPECIAL CONDITIONS PART C GENERAL CONDITIONS (WATER - SEWER) SUPPLEMENTARY CONDITIONS TO PART C (WATER - SEWER) PART D - SPECIAL CONDITIONS (WATER - SEWER) PART DA - ADDITIONAL SPECIAL CONDITION (WATER - SEWER) PART E SPECIFICATIONS WAGE RATES COMPLIANCE WITH AND ENFORCEMENT OF PREVAILING WAGE RATES STANDARD DETAILS (WATER - SEWER) CONTRACTS, BONDS AND INSURANCE CERTIFICATE OF INSURANCE CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW CONFLICT OF INTEREST QUESTIONNAIRE PERFORMANCE BOND PAYMENT BOND MAINTENANCE BOND CITY OF FORT WORTH CONTRACT EASEMENTS EASEMENT TABLE OF CONTENTS REPORTS GEO-TECH REPORT STORM WATER POLLUTION PREVENTION PLAN A UUi 1. [VV7 I J11-M UUIidWdy tissociates No.5U)9 Y. 1/6 DUFIAWAY —61, 7�A, 70: Circle C Construction 817-293-1957 North Texas Construction Report 9-12-820-8910 Mach Construction 972-576,3496 Conatser Construction 817-534-4556 Jackson Construction 817-478-0443 McGraw Hill Dodge 972-819-1409 M E Bums Construction, Inc. 817-447-0207 North Texas Contracting 8VA30-9207 RKM Utility Services, Inc. 972-241-2624 L.H. Lacy 214-350-0662 S J Louis Construction 817-477-0552 Lewis Contractors, Inc. 512-260-9902 American Cast Iron Pipe 214-237-1901 Wilson contractor Services, LLC 940-898-1175 Burnsco Construction 817-73"203 Oscar Renda Contracting 817-491-1627 Tri-Tech Construction 817-466-3044 Gin -Span Inc. 811-483-0899 Infrastructure Products & Equipment 281-940-1036 Rodgers Construction 817-061-6089 AGC TEXO 866-570-8187 Virtual Builders Exchange 214-687-9003 - From Brian Darby, P.E. room: Date: July 7, 2009 DANo. 2001223 Re: ADDENDUM NO.2 - Sanitary Sewer Rehabilitation - Contract LV (65) - Part 2 ❑ As requested ❑ For Your UseAnfonnation ❑ For RwA9WConmmnts (please reply) The following is Addendum No. 2 for the following project: Sanitary Sewer Rehabilitation Contract LV (56) - Part 2 Sewer Project No. P258-708170043187 DOE No. 5434 City Project No. 00431 1601 Merrimoc CWCle. 5uhe 100 Fort Worn, TOX06 76107-6572 Tel:817.336.1121 FOX:817.335,7437 Metro:817.429.2135 Vul LVV7 ?:l/ll►l Vunaaay n55uLlatt5 no. nzi r. z10 CITY OF FORT WORTH WATER DEPARTMENT ADDENDUM NO. 2 SANITARY SEWER RE14ABILITATION CONTRACT LV (55) — PART 2 SEWER PROJECT NO. P258-708170043187 DOE NO.5434 CITY PROJECT NO, 00431 ADDENDUM RELEASE DATE: July 7, 2009 BIDS RECEIVED DATE: July 9, 2009 INFORMATION TO BIDDERS: The Plans, Specifications and Contract Documents for the above mentioned project are revised and amended as follows: PROPOSAL PAY ITEM #13: Revised the CPMS No, to substitute: Bra-00198. Collar Manhole-32 rack Frame A Cover — Install (with C NALPamrex lydsl PART DA — ADDITIONAL SPECIAL, CONDITIONS 1. DA-6 PIPE INSTALLED BY OTHER THAN OPEN CUT: Section B.l .b. is revised to show the minimum wall thickness to be 0.500 inches. 2. DA-7 TYPE OF CASING PIPE: Section 2 has the following sub -sections added: A. For the inside and outside of casing Dine. coal -tar DroAvdve coaMr in accordance with the requirements ofSec. 2.2 and related sections in AWWA C-203, B. Touch-up S0 field welds shall eML4* coa inr erual to those wecifwd pbovc C Minimum thickness for casinj Dive used shall be 0.500 inch. STANDARD DETAILS (WATER — SEWER) SAN-009 & 'W'TR-029: Use revised details dated June 2009 2001M Addendum 42 09-07-07 2.doc Addendum No. 2, Page I of 7 06 ink VU 1. 1. cvv7 i jfrm VUfldNdy nssocidtes No. M9 Y. 3/6 Delete pages Proposal — 2, ASC-4, ASC-8, SAN-009, & WTR-029 (dated February 2.009) and substitute with the revised pages Proposal — 2 R, ASC4 R, ASC-8 R, SAN-009, & WTR-029 (dated Tune 2009) attached. Please acknowledge receipt of the Addendum in the following locations: (1) In the space provided below. (2) On page Proposal - 5. (3) Indicate in upper case letters on the outside of the sealed bid envelope- "RECEIVED & ACKNOWLEDGED ADDENDUM NO. 2" Failure to acknowledge the receipt of Addendum No. 2 could cause the subject bidder to be considered "NON -RESPONSIVE", resulting in disqualification. RECEIPT ACKNOWLEDGED: S. FRANK CRUMB, P.E. DIRECTOR By:// ll By. �/VA r lJ �'p1�iev TONY'SI-IOLOLA, P.E. Title- ENGINEERING MANAGER 2001223 Addendum #2 09-07-07 2,AM Addendum No. 2, Page 2 of 7 Uui. 1. cvu) i,jIrm vundWdy nssocidtes NO.9UzY r. vu PART DA - ADDITIONAL SPECIAL CONDITIONS DA-1 AWARD OF CONTRACT FOR PROJECTS WITH MULTIPLE UNITS ............ (OMITTED) DA-2 PIPELINE REHABILITATION CURED -IN -PLACE PIPE.............................(OMITTED) DA-3 PIPE ENLARGEMENT SYSTEM............................................................(OMITTED) DA-4 FOLD AND FORM PIPE.......................................................................(OMITTED) DA-5 SLIPLINING....................................................................................... (OMITTED) DA-6 PIPE INSTALLED BY OTHER THAN OPEN CUT A. GENERAL: 1. Furnish materials and necessary accessories, with strengths, thickness, coatings, and fittings indicated, specified and/or necessary to complete the work. 2. All excavation shall provide an open area conforming to the outside diameter of the casing and/or carrier conduit. The excavation shall be to an alignment and grade which will allow the carrier conduit to be installed to proper line and grade as shown on the Plans and as established in the Specifications. 3. Work shall be performed in accordance with the requirements of the City of Fort Worth Water Department, the Texas Department of Transportation, or railroad company, as applicable. B. MATERIALS: 1. Casing Pipe: Casing pipe shall be steel conforming to ANSI B36.10 and the following. - a, Field Strength: 35,000 psi minimum. b. Wall thickness: 0.500 in. minimum (0.5 for railroad crossings). C. Diameter. As shown on the drawings (minimum size requirements). d. Joints: Continuous circumferential weld in accordance with AWS D1.1. 2. Carrier Pipe in Casing: Carrier pipe shall be as shown on drawings and as specified in the General Contract Documents. 3. Sewer Pipe without Casing Pipe: Shall be minimum Class 51 ductile iron pipe, or as designated on the plans. 4. Grout: Grout shall be Portland Cement grout of min. 2000 psi compressive strength at 28 days. Proportioned not less than 1 cu. R. of cement to 3 cu. ft. of fine sand with sufficient water added to provide a free flowing thick slurry. 102-oe ASC-4 R Addendum No. 2, Page 4 of 7 I. cvv7 i.Jyrm uu(1dWdy nssucidtes No. )m r. 0/o PART DA - ADDITIONAL SPECIAL CONDITIONS A. for the inside and outside of casina VVe. coa/-tar r Mtg0ve coatina in apcordance witll the reoulrements of Sec. 2.2 and related sections In AWWA C-203. B. Touch-up after field welds shall provide coating eoual to those specfired above. C. Minimum thr IcRness for casinq pine used shall be 0.500 inch. 3. PAYMENT: Payment for all materials, labor, equipment, excavation, concrete grout, backfill, and incidental work shall be included in the unit price bid per foot. DA-8 SERVICE LINE POINT REPAIR 1 CLEANOUT REPAIR A. GENERAL: The work covered by this item consists of furnishing all labor, material, equipment, supervision, etc. necessary to construct a point repair on the portion of a service line located within a utility easement, street right-of-way or on private property. Point repairs on ofivate property shall onto be addressed after the Contractor has received written oem ission from the Qrc�perty owner to do the worts. A blank Right-0-Entry Agreement form to be corndeted by the Contractor and the individual property owners is included at the end of this section. The Conhwof shall keep a record copy of all Right -of -Entry forms obtained and have il on hand at all times during construction The street addresses and approximate kxation of service line repairs are shown in Table _ and the Field Survey Forms in Attachment It shall be the Contractors responsibilkyy to accurately field locate the exact point of repair. B. MATERIALS: The pipe replacement material shall be gasketed joint gravity PVC sewer pipe (ASTM D-3034, SDR 26) and have a minimum cell classification of 12454 A or B as defined in ASTM D-1784. Installation shall be in strict compliance with the manufacturer, recommendations and the Uni-Bell Plastic Pipe Association. The method of jointing the ends of the replaced pipe with the existing pipe shall be water tight. C. EXECUTION: 1 After the location of the point repair is determined, the Cor>tractor shall excavate and remove the damaged pipe and replace with new pipe. The minimum length of pipe replaced shall be three (3) feet. All work shall be perforrnFW by a licensed plumber. Determine whether additional lengths of line beyond 'minimum length' criteria need replacement. Report need for additional replacement to City and obtain approval before proceeding. 2. The Contractor shall excavate, shape the bottom of the trench and place the required pipe bedding so that the grade of the replaced pipe matches the existing service line grade. 3. Numerous service line point repairs along with lateral line point repairs and obstruction removals are kxmted in areas which in many instances will require the removal of existing landscaping, structures, sidewalks, driveways, etc. Items removed or disturbed shall replaced or restored to original conditions or better. 4. Removal of Debris. Excess excavated material and debris are to be removed from the work site daily. Cost of hauling excess excavation and debris is to be included in the price bid for °Service Line Point Repair. 1023M ASC-8 R Addendum No. 2, Page 5 of 7 ►- tvu7 i.i►iFYI uuuaway naaui.iatrb No. )ULY r. in COLLAR CONFIGURATION FOR PAVED AREA �•-8" COLLAR CONFIGURATION FOR UNPAVED AREA MANHOLE FRAME AND 32 DIA. PAMREX COVER OR APPROVED ... it', , : .•, . ,. EQUAL. (REFER TO rr r_ `L • •'. ,� STD. PRODUCT LIST) :y";=', �.�;,:-.., 3" TYP. A ''icy` ';:'� A 4000 PSI --«..:: CONCRETE 8-#4 REBARS TYP. 2" X B" X 30" I.D. CONCRETE PRECAST 32" MIN." CHAMFER (TYP.) GRADE RINGS PER ASTM C478. 'i'VML. .-...• GROUND } r+ �30" CLEAR } OPENING 4, Q — CONCRETE COLLAR HEIGHT VARIES RAM—NEK e a•• e SECno 4 A -A REBAR SHALL BE PLACED 3" MIN. FROM O COLLAR. HINGES ARE REQUIRED ON TOP AND 8OF ALL 32" COVERS REFER CONCRETE OLUR. TO STD. PRODUCTS LIST). O WHERE MANHOLES ARE IN THE STREET, INSTALL (D4 HINGED LIDS INSTALLED IN E1--14, E1-•20, E1-21 MATERIAL 2 MORE GRADE RINGS STREETS SHALL OPEN E2-14, E2--20, E2--21 CONSTRUCTION SE l"WEEN CASTING AND AGAINST THE FLOW OF ow TOP OF PAVEMENT. TRAFFIC. CITY OF FORT WORTH, TEXAS DATE: ,TUNE 2009 MANHOLE. FRAME, COVER, GRADE RINGS AND CONCRETE COLLAR SAN-009 Addendi m No- 2. Paaa F of 7 uu1. 1. cuu7 i.Jul m uunaway naaui.iates wo. 7VL7 r. of o -4 MINIMUM 6" INITIU BACKFILL COVER MINIMUM I EMBEDMO K"aaa 1 1 MINIMUM 12" INITIAL BACKFILL COVER MINIMUM 6" EMBEDMENT SAND GRADATION • LESS THAN 1OX PASSING #200 SIEVE • P.I. = 10 OR LESS CRUSHED STONE GRADATION SIEVE SIZE RETAINED 1" 0-10 40-75 36" 55-90 #4 90--100 #8 95-100 PE "C" BACKFILL :E SPEC. E1-2.4 C.D. NO MATERIAL EMBEDMENT INITIAL BACKFILL 1 SPEC. E1-2.3 G.C.D. TYPE "C" BACKFILL SEE SPEC. E1-2.4 G.C.D. FILTER FABRIC— SUPAC—HEAVY GRADE 8NP (UV) OR APPROVED EQUAL. CRUSHED STONE SEE SPEC. E1-2.3 G.C.D, NOTE: SPECIFICATION WATER: SIZES 160 AND LARGER REFERENCES ARE FOR WATER AND SANITARY SANITARY SEWER: ALL S17ES SEWER ONLY. MATFRIAI_ SPECIFICATIONS THE EMBEDMENT AND BACKFILL OETAItS PROVIDED ON THIS SHEET SHALL REPLACE APPROPRIATE PROVISIONS OF E1-2.4(b) AND E1-2.3 OF THE GENERAL CONTRACT DOCUMENTS AND SPECIFICATIONS FOR WATER DEPARTMENT PROJECTS (G.C.D.) ALL OTHER PROVISIONS OF THESE ITEMS SHALL APPLY. 4,RT WU CITY OF FORT WORTH, TEXAS DATEJUNE 2009 WATER AND SANITARY SEWER EMBEDMENT AND BACKFILL DETAILS WTR-029 Addendum No. 2, Page 7 of 7 Uun. JV. [VU7 J.'tUIFYI UUIIdNdY MSSUCIdteS No. 71) 14 Y. 1/4 no lMNAwAy Circle C Construction 817-293-1957 To: North Texas Construction Report 972-820-8910 Mach Construction 972-576-3496 Conatser Construction 817-5344556 Jackson Construction 817-478-0443 McGraw Hill Dodge 972-819-1409 M E Bums Construction, Inc. 817-447-0207 North Texas Contracting 817-430-9207 RKM Utility Services, Inc. 972-241-2624 L.H. Lacy 214-350-0662 S J Louis Construction 817-4T7-0552 Lewis Contractors, Inc. 512-260-9902 American Cast Iron Pipe 214-237-1901 Wilson contractor Services, LLC 94D-8Wl 175 Bumsco Construction 817-732-3203 AGC TEXO 866-57M187 Virtual Builders Exchange 214-687-9003 Krona Brian Darby, P.E. Date: Jude 30, 2009 DA Wo. 2001223 Re: ADDENDUM NO. 1— Sanitary Sewer Rehabilitation — Contract LV (55) — Part 2 ❑ As requested ❑ For Your Use/Information ❑ For Review/Comments (please reply) ❑ For Approval ❑ Originals are being sent via • Comments: The following is Addendum No. 1 for the following project: Sanitary Sewer Rehabilitation Contrad LV (55) — Part 2 Sewer Project No. P258-708170043187 DOE No. 5434 City Project No. 00431 1501 MoMmpc CIICIe. SUIte 100 ro" Worth, tOKOS 76107.6572 1ai:817.335.1121 FOx:817.335.7437 Metro:817A29.2135 hd Jv. LVV7 J.It71FYI vuuasar nSSulIdlrS NO. 7U 14 Y. 1/4 CITY OF FORT WORT14 WATER DEPARTMENT ADDENDUM NO. 1 SANITARY SEWER REHABILITATION CONTRACT LV (55) — PART 2 SEWER PROJECT NO. P258-708170043187 DOE NO. 5434 CITY PROJECT NO, 00431 ADDENDUM RELEASE DATE: June 30, 2009 BIDS RECEIVED DATE: July 9, 2009 INFORMATION TO BIDDERS: The Plans, Specifications and Contract Documents for the above mentioned project are revised and amended as follows: PROPOSAL 1. Pay Item #2: Revised to clarify and match plans by adding to the description, "Oftel"&ne 54" steel casine wUh skids and/or rail).". 2. The City Approved Product has been altered to include pipe meeting City Standard Specification No. E 1-31 up to sizes of 36-inches. Delete pages Proposal — 1 & Proposal — 4 and substitute with the revised pages Proposal — I R & Proposal — 4 R attached. Please acknowledge receipt of the Addendum in the following locations: • (1) In the space provided below. (2) On page Proposal - 5. (3) Indicate in upper case letters on the outside of the sealed bid envelope: "RECEIVED & ACKNOWLEDGED ADDENDUM NO. 1" 11 No Failure to acknowledge the receipt of Addendum No. 1 could cause the subject bidder to be considered "NON -RESPONSIVE", resulting in disqualification. RECEIPT ACKNOWLEDGED: By: Title: S. FRANK CRUMB, P.E. DIRECTOR By: 4 My SHOLOLA, P.L. ENGINEERING hL4NAGER 2001223 Addendum #1 OR-06-30.d" Addendum No. 1, Page 1 of 3 Van• JV. LVV7 J.'T71m UU11awar nbZU61a1C5 no. )u 14 r. 4/4 rr CITY APPROVED PRODUCT FOR CONTRACTOR SHALL SELECT TYPE OF PIPE TO BE USED Standard Spec No. Size E1-31 4" through 36" E1-25 4" through 16" E1-27 4" through 15" E 1-28 18" through 27° E.100-2 18" through 48" Consult with "City of Fort Worth, Texas Standard Product List* to obtain the Generic/Trade Name and the Manufacturer for the pipes listed above. L , Failure to provide the information required above may result in rejection of bid as non responsive. Only ?roducts listed above will be allowed for use in this oroiect. Anv substitutions shall result In reiection of bid as non•resoonsive 2001223 Add #1 - 4,1a - Proposal Chan 09 08-3o.doc Proposal — 4 R Addendum No. 1, Page 3 of 3 T SHORT FORM NOTICE TO BIDDERS Sealed proposals for the following: FOR: SANITARY SEWER REHABILITATION CONTRACT LV (55) — PART 2 Project No. P258-708170043187 City Project No. 00431 DOE 5434 Addressed to: CITY OF FORT WORTH PURCHASING DIVISION 1000 THROCKMORTON ST FORT WORTH TX 76102-6311 will be received at the Purchasing Office until 1:30 p.m., July 9, 2009 and then publicly opened and read aloud at 2:00 p.m. in the Council Chambers. One set of plans and documents for this project maybe purchased for a non-refundable -- cost of Thirty Dollars ($30.00) per set in the 1501 Merrimac Circle, Suite 100, Fort Worth, Texas 76107. These documents contain additional information for prospective bidders. Plans and Specifications will be available for pick-up on Friday, June 11, 2009. Y The major work will consist of the following (All Approximate): 5360 LF 36-inch Sewer line 10 EA Standard 5' Diameter Manholes All bidders submitting bids are required to be pre -qualified in accordance with the requirements of the Special — Instructions to Bidders. For additional information, please contact Robert Sauceda, Project Manager, City ofFort Worth — Water Department at Telephone Number: 817-392-2387 or by email: Robert. Sauceda(ffortwortheov.org and/or Brian Darby, P.E., Project Manager, Dunaway Associates, L.P. at 817-335-1121 or by email: bsd(a.dunawav-assoc.com Advertising Dates: June 11. 2009 — June 18.2009 to COMPREHENSIVE NOTICE TO BIDDERS Sealed proposals for the following: FOR: SANITARY SEWER REHABILITATION CONTRACT LV (55) — PART 2 9W Project No. P258-708170043187 City Project No. 00431 DOE 5434 .. Addressed to: .s CITY OF FORT WORTH PURCHASING DIVISION 1000 THROCKMORTON ST FORT WORTH TX 76102-6311 will be received at the Purchasing Office until 1:30 p.m. Julv 9, 2009 and then publicly opened and read aloud at 2:00 p.m. in the Council Chambers. One set of plans and documents for this project may be purchased for a non-refundable .� cost of Thirty Dollars ($30.00) per set in 1501 Merrimac Circle, Suite 100, Fort Worth, Texas 76107. These documents contain additional information for prospective bidders. Plans and Specifications will be available for pick-up on June 11, 2009. The major work will consist of the following (All Approximate): SANITARY SEWER IMPROVEMENTS 5360 L.F. 36-inch Sewer Line 10 E.A. Standard 5' Diameter Manholes Included in the above will be all other miscellaneous items of construction as outlined in the Plans, General Contract Documents and Specifications. NOTICES All bidders will be required to comply with Provision 5159a of "Vernon's Annotated Civil Statutes" of the State of Texas "' with respect to the payment of prevailing wage rates and City of Fort Worth Ordinance no. 7400 (Fort Worth City Code Sections 13-A-221 through 13-A-29) prohibiting discrimination in the employment practices. 00 Bid security may be required in accordance with Special Instructions to Bidders. The City of Fort Worth reserves the right to reject any and/or all bids and waive any and/or all formalities. "' No bid may be withdrawn until the expiration of ninety (90) days from the date bids are opened. The award of contract, if made, will be within ninety (90) days after the opening of bids, but in no case will the award be made until all the necessary investigations are made as to the responsibility of the bidder to whom it is proposed to award the Contract. Bidders are responsible for obtaining all addenda to the contract documents and acknowledging receipt of the addenda by initialing the appropriate spaces on the Addenda Index and Receipt form(s). Bids that do not acknowledge receipt of all addenda may be rejected as being non -responsive. Information regarding the status of addenda may be obtained by A contacting the City Project Manager. of -- COMPREHENSIVE NOTICE TO BIDDERS Bidders, using the printed copy, shall not separate, detach or remove any portion, segment or sheets from the contract document at any time. Bidders must complete the proposal section(s) and submit the complete specification book or face rejection of the bid as non -responsive. It is recommended that the bidder make a copy of the forms included in the Minority and Women Business Enterprise section for submittal within the time deadline stated below or the bidder may request a copy of said forms from the City of Fort Worth Project Manager named in this solicitation. In accordance with the City of Fort Worth Ordinance No. 15 530, the City of Fort Worth has goals for the participation of minority business enterprises and women business enterprises in City of Fort Worth contracts. A copy of the Ordinance can be obtained from the office of the City Secretary. The bidder shall submit the MBE/WBE UTMIZATION FORM, SUBCONTRACTOR/SUPPLIER UTILIZATION FORM, PRIME CONTRACTOR WAIVER FORM, GOOD FAITH EFFORT FORM (with "Documentation') and/or the JOINT VENTURE FORM as appropriate. The Documentation must be received no later than 5:00 p.m., five (5) City of Fort Worth business days after the bid opening date. The bidder shall obtain a receipt from the appropriate employee of the Water Department to whom delivery was made. Such receipt shall be evidence that the City of Fort Worth received the Documentation. Failure to comply shall render the bid non- responsive. SUBMISSION OF BID AND AWARD OF CONTRACT The proposal within this document is designed as a package. In order to be considered an acceptable bid, the Contractor is required to submit a bid for the complete proposal. A bid proposal submittal that is received with the proposal incomplete will be rejected as being non -responsive. The Contractor, who submits the bid with the lowest price, will be the apparent successful bidder for the project. Bidders are hereby informed that the Director of the Water Department reserves the right to evaluate and recommend to the City of Fort Worth City Council the bid that is considered to be in the best interest of the City of Fort Worth. For additional information, please contact Mr. Brian Darby, P.E. with Dunaway Associates, L.P. at (817) 335-1121, or Mr. Roberto Sauceda, Project Manager, City of Fort Worth at (817) 392-2387. '- DALE A. FISSELER, P.E. CITY MANAGER Advertising Dates: June 11. 2009 June 18, 2009 .w MW ow we MARTY HENDRIX CITY SECRETARY S. FRANK CRUMB, P.E. DIRECTOR WATER DEPARTMENT By: J 4 Tony Iola, P.E. Engineering Manager SPECIAL INSTRUCTIONS TO BIDDERS 1) PREOUALIFICATION REQUIREMENTS: All contractors submitting bids are required to be prequalified by the Fort Worth Water Department prior to submitting bids. This prequalification process will establish a bid limit based on a technical evaluation and financial analysis of the contractor. It is the bidder's responsibility to submit the following documentation: a current financial 'w statement, an acceptable experience record, an acceptable equipment schedule and any other documents the Department may deem necessary, to the Director of the Water Department at least seven (7) calendar days prior to the date of the opening of bids. =J a) The financial statement required shall have been prepared by an independent certified public accountant or an independent public accountant holding a valid permit issued by an appropriate State licensing agency and shall have been so prepared as to reflect the financial status to the submitting company. This statement must be current and not more than one (1) year old. In the case that a bidding date falls within the time a new statement is being prepared, the previous statement shall be updated by proper verification. b) For an experience record to be considered to be acceptable for a given project, it must reflect the experience of the firm seeking qualification in work of both the same nature and technical level as that of the project for which bids are to be received. c) The Director of the Water Department shall be the sole judge as to the acceptability for financial qualification to bid on any Fort Worth Water Department project. d) Bids received in excess of the bid limit shall be considered non -responsive and will be rejected as such. e) The City, in its sole discretion, may reject any bid for failure to demonstrate experience and/or expertise. f) Any proposals submitted by a non-prequalified bidder shall be returned unopened, and if inadvertently opened, shall not be considered. g) The City will attempt to notify prospective bidders whose qualifications (financial or experience) are not deemed to be appropriate to the nature and/or magnitude of the project on which bids are to be received. Failure to notify shall not be a waiver of any necessary prequalification. 2. BID SECURITY: A cashier's check, or an acceptable bidder's bond, payable to the City of Fort Worth, in an amount of not less than five (5%) percent of the largest possible total of the bid submitted must accompany the bid, and is subject to forfeiture in the event the successful bidder fails to execute the Contract Documents within ten (10) days after the contract has been awarded To be an acceptable surety on the bid bond, the surety must be authorized to do business in the state of Texas. In addition, the surety must (1) hold a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law; or (2) have obtained reinsurance for any liability in excess of $100,000 from a reinsurer that is authorized and ,.y admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law. Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City, in its sole discretion, will determine the adequacy of the proof required herein. wF 3. BONDS: A performance bond, a payment bond, and a maintenance bond each for one hundred (100%) percent of the contract price will be required, Reference C 3-3.7. r 09/10/04 ow .r 4. WAGE RATES: Section C3-3.13 of the General Conditions is deleted and replaced with the following: (a) The contractor shall comply with all requirements of Chapter 2258, Texas Government Code, including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258, Texas Government Code. Such prevailing wage rates are included in these contract documents. (b) The contractor shall, for a period of three (3) years following the date of acceptance of the work, r maintain records that show (i) the name and occupation of each worker employed by the contractor in the construction of the work provided for in this contract; and (ii) the actual per diem wages paid to each worker. These records shall be open at all reasonable hours for inspection by the City. The provisions of Right to Audit, under paragraph L of Section C 1: Supplementary Conditions To Part C — General Conditions, pertain to this inspection. (c) The contractor shall include in its subcontracts and/or shall otherwise require all of its we subcontractors to comply with paragraphs (a) and (b) above. (d) With each partial payment estimate or payroll period, whichever is less, an affidavit stating that the contractor has complied with the requirements of Chapter 2258, Texas Government Code. The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project at all times. 5. AMBIGUITY: In the case of ambiguity or lack of clearness in stating prices in the Proposal, the City reserves the right to adopt the most advantageous construction thereof to the City or to reject the Proposal. 6. BIDDER LICENSE: Bidder must be a licensed Contractor in the State of Texas. 7. NONRESIDENT BIDDERS: Pursuant to Article 601 g, Texas Revised Civil Statutes, the City of T Fort Worth will not award this contract to a nonresident bidder unless the nonresident's bid is lower than the lowest bid submitted by a responsible Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder to obtain a comparable contract in the state in which the nonresident's principal place of business in located. "Nonresident bidder" means a bidder whose principal place of business is not in this state, but excludes a contractor whose ultimate parent company or majority owner has its principal place of business in this state. This provision does not apply if this contract involves federal funds. The appropriate blanks of the Proposal must be filled out by all nonresident bidders in order for the bid to meet specifications. The failure of a nonresident contractor to do so will automatically disqualify that bidder. 8_ PAYMENT: If the bid amount is $25,000.00 or less, the contract amount shall be paid within forty- five (45) calendar days after completion and acceptance by the City. 9. AGE: In accordance with the policy ("Policy") of the Executive Branch of the Federal Government, Contractor covenants that neither it nor any of its officers, members, agents employees, program participants or subcontractors, while engaged in performing this contract, shall, in connection with aw the employment, advancement or discharge of employees or in connection with the terms, conditions wo 09/ 10/04 2 w. or privileges of their employment, discriminate against persons because of their age except on the bases of a bona fide occupational qualification, retirement plan or statutory requirement. Contractor further covenants that neither it nor its officers, members, agents, employees, subcontractors, program participants, or persons acting on their behalf, shall specify, in solicitations or advertisements for employees to work on this contract, a maximum age limit for such employment unless the specified maximum age limit is based upon a bona fide occupational qualification, retirement plan or statutory requirements. so Contractor warrants it will fully comply with the policy and will defend, indemnify and hold City harmless against any claims or allegations asserted by third parties or subcontractor against City arising out of Contractor's and/or its subcontractors' alleged failure to comply with the above referenced Policy concerning age discrimination in the performance of this agreement. s.s 10. DISABILITY: In accordance with the provisions of the Americans With Disabilities Act of 1990 ("ADA"), Contractor warrants that it and any and all of its subcontractors will not unlawfully discriminate on the basis of disability in the provision of services to the general public, nor in the availability, terms and/or conditions of employment for applicants for employment with, or employees of Contractor or any of its subcontractors. Contractor warrants it will fully comply with ADA's provisions and any other applicable federal, state and local laws concerning disability and will defend, indemnify and hold City harmless against any claims or allegations asserted by third parties or subcontractors against City arising out of Contractor's and/or its subcontractors' alleged failure to comply with the above referenced laws concerning disability discrimination in the performance of this agreement. IL MINORITY AND WOMEN BUSINESS ENTERPRISES: In accord with City of Fort Worth Ordinance No. 15530, the City of Fort Worth has goals for the participation of minority business enterprises and women business enterprises in City contracts. A copy of the Ordinance can be obtained from the Office of the City Secretary. The bidder shall submit the MBE/WBE UTILIZATION FORM, SUBCONTRACTOR/SUPPLIER UTILIZATION FORM, PRIME CONTRACTOR WAIVER FORM and/or the GOOD FAITH EFFORT FORM ("with Documentation") and/or the JOINT VENTURE FORM as appropriate. The Documentation must be received by the managing department no later than 5:00 p.m., five (5) City business days after the bid opening date. The bidder shall obtain a receipt from the appropriate employee of the managing aw department to whom delivery was made. Such receipt shall be evidence that the documentation was received by the City. Failure to comply shall render the bid non -responsive. Upon request, Contractor agrees to provide the Owner complete and accurate information regarding actual work performed by a Minority Business Enterprise (MBE) and/or women business enterprise (WBE) on the contract and payment thereof. Contractor further agrees to permit any audit and/or examination of any books, records or files in its possession that will substantiate the actual work performed by an MBE and/or WBE. The misrepresentation of facts (other than a negligent misrepresentation) and/or commission of fraud by the Contractor will be grounds for termination of the contract and/or initiating action under appropriate Federal, State or local laws or ordinances relating to false statements. Further, any such misrepresentation of facts (other than a negligent misrepresentation) and/or commission of fraud will result in the Contractor being determined to be irresponsible and barred from participating in City work for a period of time of not less than three (3) years. 12. FINAL PAYMENT, ACCEPTANCE AND WARRANTY: a. The contractor will receive full payment (less retainage) from the city for each pay period. .+ aw 09/10/04 0 us b. Payment of the retainage will be included with the final payment after acceptance of the project as being complete. C. The project shall be deemed complete and accepted by the City as of the date the final punch list has been completed, as evidenced by a written statement signed by the contractor and the City. -- d. The warranty period shall begin as of the date that the final punch list has been completed. e. Bills Paid Affidavit and Consent of Surety shall be required prior to final payment becoming due and payable. f. In the event that the Bills Paid Affidavit and Consent of Surety have been delivered to the city and there is a dispute regarding (i) final quantities, or (ii) liquidated damages, city shall make a = progress payment in the amount that city deems due and payable. g. In the event of a dispute regarding either final quantities or liquidated damages, the parties shall attempt to resolve the differences within 30 calendar days. so "0 wr 09/10/04 4 MWBE DOCUMENTS MWBE SPECIAL INSTRUCTIONS MWBE SUBCONTRACTORSISUPPLIERS UTILIZATION FORM MWBE PRIME CONTRACTOR WAIVER MWBE GOOD FAITH EFFORT MWBE JOINT VENTURE wo FORT WORTH City of Fort Worth dw rm MW .. Minority and Women Business Enterprise Specifications SPECIAL INSTRUCTIONS FOR BIDDERS APPLICATION OF POLICY If the total dollar value of the contract Is $25,000 or more, the MIWBE goal is applicable. If the total dollar value of the contract is less than $25,000, the M/WBE goal is not applicable. POLICY STATEMENT It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority and Women Business Enterprises (M/WBE) in the procurement of all goods and services to the City on a contractual basis. All requirements and regulations stated in the City's current Minority and Women Business Enterprise Ordinance apply to this bid. M/WBE PROJECT GOALS The City s MlVVBE goal on this project is 17 % of the total bid (Base bid applies to Parks and Community Services), COMPLIANCE TO BID SPECIFICATIONS On City contracts of $25,000 or more, bidders are required to comply with the intent of the City's M/WBE Ordinance by either of the following: �r 1. Meet or exceed the above stated M/WBE goal, or 2. Good Faith Effort documentation, or; 3. Waiver documentation, or; 4. Joint Venture. .. wo r SUBMITTAL OF REQUIRED DOCUMENTATION 1. Subcontractor Utilization Form, if goal is met or exceeded: 2. Good Faith Effort and Subcontractor Utilization Form, if participation is less than stated goal: 3. Good Faith Effort and Subcontractor Utilization Form, if no M/WBE participation: 4. Prime Contractor Waiver Form, if you will perform all subcontracting/supplier work: 5. Joint Venture Form, if utilize a joint venture to met or exceed goal. received by 5:00 p.m., five (5) City business days after the bid opening date, exclusive of the bid opening date. received by 5:00 p.m., five (5) City business days after the bid opening date, exclusive of the bid opening date. received by 5:00 p.m., five (5) City business days after the bid opening date, exclusive of the bid opening date. received by 5:00 p.m., five (5) City business days after the bid opening date, exclusive of the bid opening date. received by 5:00 p.m., five (5) City business days after the bid opening date, exclusive of the bid opening date. FAILURE TO COMPLY WITH THE CITY'S MIWBE ORDINANCE, WILL RESULT IN THE BID BEING CONSIDERED NON -RESPONSIVE TO SPECIFICATIONS Any questions, please contact the M/WBE Office at (817) 392-6104. Rev. 1111105 .. , ATTACHMENT IA Page 1 of 4 FORT WORTH City of Fort Worth .. Subcontractors/Suppliers Utilization Form is PRIME COMPANY NAME: II Check applicable block to describe prime PROJECT NAME: j I MNV/DBE I f NON-MM//DBE 'V SANITARY SEWER REHABILITATION I BIID DATE -- CONTRACT LV (55), Part 2 City's M/WBE Project Goal: Prime's M/WBE Project Utilization: PROJECT NUMBER CITY PROJECT NO. 00431 wo 17 % % PROJECT NO. P258-708170043187 DOE NO. 5434 am Identify all subcontractors/suppliers you will use on this project 00 Failure to complete this form, in its entirety with requested documentation, and received by the Managing Department on or before 5:00 p.m. five (5) City business days after bid opening, exclusive of bid opening date, will result in the bid being considered non -responsive to bid specifications. aw The undersigned Offeror agrees to enter into a formal agreement with the M/WBE firm(s) listed in this utilization schedule, conditioned upon execution of a contract with the City of Fort Worth. The intentional and/or knowing misrepresentation of facts is.grounds for consideration of disqualification and will result in the MW bid being considered non -responsive to bid specifications M/WBEs listed toward meeting the project goal must be located in the nine (9) county marketplace or go currently doing business in the marketplace at the time of bid. Marketplace is the geographic area of Tarrant, Parker, Johnson, Collin, Dallas, Denton, Ellis, Kaufman and Rockwall counties. aw Identify each Tier level. Tier is the level of subcontracting below the prime contractor, i.e., a direct payment from the prime contractor to a subcontractor is considered I't tier, a payment by a subcontractor to its supplier is considered 2"d tier MW ALL M/WBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. 'W Certification means those firms, located or doing business at the time of bid opening within the Marketplace, that have been determined to be bonafide minority or women businesses by the North Central Texas Regional Certification Agency (NCTRCA), or the Texas Department of Transportation (TX DOT), highway division. Disadvantaged Business No Enterprise (DBE) is synonymous with Minority/Women Business Enterprise (M/WBE). If hauling services are utilized, the prime will be given credit as long as the M1WBE listed owns and operates at least one fully licensed and operational truck to be used on the contract. The M/WBE may lease trucks from another M/WBE firm, including M/WBE owner -operators, and receive full MIWBE credit. The ,W M/WBE may lease trucks from non-M/WBEs, including owner -operators, but will only receive credit for the fees and commissions earned by the MIWBE as outlined in the.ie.ase agreement. .. Rev. 5/30/03 sw ATTACHMENT 1A FORT WORTH Page 2 of 4 Primes are required to identify ALL subcontractors/suppliers, regardless of status; i.e_, Minority, Women and non-M/WBEs. Please list M/WBE firms first, use additional sheets if necessary. wCertification N (check one) o SUBCONTRACTORISUPPLIER T n Company Name I N T Detail Detail +.► Address e M W C X M Subcontracting Work Supplies Purchased Dollar Amount T D W Telephone/Fax r g B E E R O C T ._E: A Mw 1w .r Mw Mw low Im ow ■w aw +w w' ATTACHMENT IA FoRTWORTH Page 3 of 4 Primes are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority, Women and non-MMIBEs. - Please list MIWBE firms first, use additional sheets if necessary. Certification N (check one) SUBCONTRACTORISUPPLIER T n Company Name i N T Detail Detail j Address e M yy C X m Subcontracting Work Supplies Purchased Dollar Amount T D Telephone/Fax r 6 B E E R O B C T E A Rev. 5130/03 .. FORTWORTH aw Total Dollar Amount of M/WBE Subcontractors/Suppliers $ Total Dollar Amount of Non-M/WBE Subcontractors/Suppliers $ TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $ ATTACHMENT 1A Page 4 of 4 The Contractor will not make additions, deletions, or substitutions to -this certified list without the prior approval of th ...e Minority and_ Women Business Enterprise Office Manager or designee through the submittal of a Request for Approval, of ChangelAddition. Any unjustified change or deletion shall be a material breach of cpntraet-and may.; result in debarment in accord with the procedures outlined in the ordinance. The contractor shall submit a Mailed ,explanation of how the requested change/addition or deletion will affect the committed M/WBE goal. If the detail explanation is not submitted, it,will affect the final compliance determination. MW By affixing a signature to this form, the Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including M/W/DBE(s) arrangements submitted with the bid. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company. The bidder agrees to allow the ow transmission of interviews with owners, principals, officers, employees and applicable subcontractors/suppliers/contractors participating on the contract that will substantiate the actual work performed by the M/W/DBE(s) on this contract, by an authorized officer or employee of the City. Any ow intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance and create a material breach of contract may result in a determination of an irresponsible Offeror and barred from participating in City work for a period of time not less than one (1) year. Authorized Signature Printed Signature Title Contact Name/Title (it difterentl Company Name Telephone and/or Fax Address E-mail Address .� citylsboarzip Date am Rev. 5/30103 ow ATTACHMENT 1C Page 1 of 3 FORTWORz'H ��- City of Fort Worth Good Faith Effort Form { PRIME COMPANY NAME: I Check applicable block to describe �e I prime I MNV/DBE ( NON-M/W/DBE f PROJECT NAME: SANITARY SEWER REHABILITATION I CONTRACT LV (55), Part 2 I BID DATE City's M/1NBE Project Goal: PROJECT NUMBER CITY PROJECT NO. 00131 17 % PROJECT NO. P258-708170043187 nCG et("?A *� If you have failed to secure NI/WBE participation and you have subcontracting and/or supplier opportunities or if your DBE participation is less than the City's project goal, you must complete this form. If the bidder's method of compliance with the M/WBE goal is based upon demonstration of a "good faith effort", the bidder will have the burden of correctly and accurately preparing and submitting the documentation required by the City. Compliance with each item, 1 thru 6 below, shall satisfy the Good Faith Effort requirement absent proof of fraud, intentional and/or knowing ow misrepresentation the facts or intentional discrimination by the bidder. Failure to complete this form, in its entirety with supporting documentation, and received by the am Managing Department on or before 5:00 p.m. five (5) City business days after bid opening, exclusive of bid opening date, will result in the bid being considered non -responsive to bid specifications. ,W 1.) Please list each and every subcontracting and/or supplier opportunity) for the completion of this project, regardless of whether it is to be provided by a M/WBE or non-M/WBE. JDO NOT LIST NAMES OF FIRMS) On Combined Projects, list each subcontracting and or supplier opportunity through the ME 2na tier. (Use additional sheets, if necessary) aw List of Subcontracting Opportunities List of Supplier Opportunities ' I Rev. 05/30/03 .M ATTACHMENT 1C Page 2 of 3 2.) Obtain a current (not more than three (3) months old from the bid open date) list of M/WBE subcontractors and/or suppliers from the City's M/WBE Office. Yes aw No Date of Listing I 3.) Did you solicit bids from M/WBE firms, within the subcontracting and/or supplier areas previously 06, listed, at least ten calendar days prior to bid opening by mail, exclusive of the day the bids are opened? Yes (If yes, attach M/WBE mail listing to include name of firm and address and a dated copy of letter mailed.) No 4.) Did you solicit bids from M/WBE firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by telephone, exclusive of the day the bids are opened? Yes (If yes, attach list to include name of MIME firm, person contacted, phone number and date and time of contact.) No ow NOTE: A facsimile may be used to comply with either 3 or 4, but may not be used for both. If a facsimile is used, attach the fax confirmation, which is to provide MIWBE name, date, time, fax number and documentation faxed. NOTE: If the list of MIWBEs for a particular subcontracting/supplier opportunity is ten (10) or less, the bidder must contact the entire list to be in compliance with questions 3 and 4. If the list of M/WBEs for a- particular subcontracting/supplier opportunity is ten (10) or more, the bidder must contact at least two- thirds (213) of the list within such area of opportunity, but not less than ten to be in compliance with questions .3 and 4. 5.) Did you provide plans and specifications to potential M/WBEs or information regarding the location of plans and specifications in order to assist the M/WBEs? Yes No 6.) Submit documentation if M/WBE quotes were rejected. The documentation submitted should be in the forms of an affidavit, include a detailed explanation of why the M/WBE was rejected and any supporting documentation the bidder wishes to be considered by the City. In the event of a bona fide dispute concerning quotes, the bidder will provide for confidential in -camera access to and inspection of any relevant documentation by City personnel. (Please use additional sheets, if necessary, and attach.) ,.r Company Name Telephone Contact Person Scope of Work Reason for Rejection no Rev. 05/30f03 ATTACHMENT 1C Page 3 of 3 "" ADDITIONAL INFORMATION: Please provide additional information you feel will further explain your good and honest efforts to obtain MNVBE participation on this project. The bidder further agrees to provide, directly to the City upon request, complete and .41 accurate information regarding actual work performed on this contract, the payment thereof and any proposed changes to the original arrangements submitted with this bid. The bidder also agrees to allow an audit and/or examination of any books, records and 00 files held by their company that will substantiate the actual work performed on this contract, by an authorized officer or employee of the City. MW Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance and creates a material breach of contract may result in a determination of an irresponsible offeror and barred from participating in City work for a period of time not less than one (1) year. The undersigned certifies that the information provided and the M/WBE(s) listed was/were contacted in good faith. It is understood that any M/WBE(s) listed in Attachment 1C will be contacted and the reasons for not using them will be verified by the City's M/WBE Office. ,,. Authorized Signature Printed Signature Title Company Name Address City/StateOp Contact Name and Title (if different) Phone Number Fax Number Email Address Date Rev. 05/30/03 FORT WORTH ar City of Fort Worth ATTACHMENT18 Page 1 of 1 _ Prime Contractor Waiver Form PRIME COMPANY NAME: Check applicable block to describe prime u.r PROJECT NAME: i I M/W/DBE I lI NON-MNV/DBE SANITARY SEWER REHABILITATION -- BID-- CONTRACT LV (55), Part 2 DATE am City's M/WBE Project Goal: PROJECT NUMBER CITY PROJECT NO. 0043 PROJECT NO. P258-708170043187 DOE NO. 5434 If both answers to this form are YES, do not complete ATTACHMENT 1C(Good Faith Effort Form). All questions on this form must be completed and a detailed explanation provided, if applicable. If the answer to either question is NO, then you must complete ATTACHMENT 1C. This form is only applicable if both answers are yes. Failure to.complete-this form in its entirety and be received by the-Mana4in6Deiiar j neon or before 5:00' p rn., five (5) CitV business days after bid openinq, exclusive of"the`bid opening) ate, wil_f resuli'rn�the bid being considered non -responsive to bid specifications.: ; w Will you perform this entire contract without subcontractors? I YES i If yes, please provide a detailed explanation that proves based on the size and scope of this NO project, this is your normal business practice and provide an operational profile of your business. Will you perform this entire contract without suppliers? YES .. If yes, please provide a detailed explanation that proves based on the size and scope of this I project, this is your normal business practice and provide an inventory profile of your business. I NO am The bidder further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including MA BE(s) on this contract, the payment therefore and any proposed changes to the original MMBE(s) arrangements submitted with this bid. The bidder also agrees to allow an audit and/or examination of any books, records and files held by their company that will a" substantiate the actual work performed by the M/WBEs on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance creates a material breach of contract may result in a determination of an irresponsible offeror and barred from participating in City work for a period of time not less than one (1) year. Authorized Signature Printed Signature Title Contact Name (if different) �* Company Name Phone Number Fax Number Address Email Address City/statw* Date no Rev. 6130/03 r goo FORT WORTH am MW am am IM Joint Venture Page 1 of 3 CITY OF FORT WORTH Joint Venture Elieibility Form All questions must be answered,• use "NA "if applicable - Name of City project: A joint venture form must be completed on each project RFP/Bid/Purchasing Number: 1. Joint venture information: Joint Venture Name: Joint Venture Address: (If applicable) Telephone: Facsimile: E-mail address: Cellular: Identify the firms that comprise the joint venture: Please attach extra sheets if additional space is required to provide detailed explanations of work to be performed by each firm compnsing the joint venture M/WBE firm Non-M/WBE name: I firm name: { Business Address: Business Address: City, State, Zip: City, State, Zip Telephone Facsimile E-mail Telephone Facsimile Cellular Certification Status: Name of Certifying Agency: 2. Scope of work performed by the Joint Venture: Describe the scope of work of the M/WBE: Rev. 5130103 00 Joint Venture Page 2 of 3 no 3. What is the percentage of M/WBE participation on this joint venture that you wish to be counted toward meeting the project goal? 4. Attach a copy of the joint venture agreement. 5. List components of ownership of joint venture: (Do not complete if this information is described in joint venture agreement) Profit and loss sharing: Capital contributions, including equipment: Other applicable ownership interests: 6. Identify by name, race, sex and firm those individuals (with titles) who are responsible for the day-to-day management and decision making of the joint venture: Financial decisions (to include Account Payable and Receivable): I Management decisions: a. Estimating --------------------------- --- b. Marketing and Sales ----------------------------------------------- c. Hiring and Firing of management personnel --------- ------------------------------------ d. Purchasing of major equipment and/or supplies Supervision of field operations i I The City's Minority and Women Business Enterprise Office will review your joint venture submission and will have final approval of the M/WBE percentage applied toward the goal for the project listed on this form. NOTE: From and after the date of project award, if any of the participants, the individually defined scopes of work or the dollar amounts/percentages change from the originally approved information, then the participants must inform the City's MNVBE Office immediately for approval. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the City's MN11BE Ordinance. Rev. 5130/03 Joint Venture Page 3 of 3 AFFIDAVIT The undersigned affirms that the foregoing statements are true and correct and include all material information necessary to identify and explain the terms and operation of the joint venture. Furthermore, the undersigned shall agree to provide to the joint venture the stated scope of work, decision -making responsibilities and payments herein. The City also reserves the right to request any additional information deemed necessary to determine if the joint venture is eligible. Failure to cooperate and/or provide requested information within the time specified is grounds for termination of the eligibility process. The undersigned agree to permit audits, interviews with owners .and examination of the books, records and files of the joint venture by any authorized representatives of the City of Fort Worth. Failure to comply with this provision shall result in the termination of any contract, which may be awarded under the provisions of this joint venture's eligibility and may initiate action under Federal, State and/or Local laws/ordinances concerning false statements or willful misrepresentation of facts. Name of M/WBE firm Name of non-M/WBE firm Printed Name of Owner Printed Name of Owner Signature of Owner Signature of Owner Printed Name of Owner Printed Name of Owner Signature of Owner Signature of Owner Title Title Date Date Notarization State of County of On this day of , 20 , before me appeared and to me personally known and who, being duly sworn, did execute the foregoing affidavit and did state that they were properly authorized to execute this affidavit and did so as their free act and deed. Notary Public Print Name Notary Public sigrame Commission Expires (seat) Rev. 5/30/03 BID PACKAGE BID PROPOSAL & SIGNATURE SHEETS VENDOR COMPLIANCE TO STATE LAW ADDENDA INDEX AND RECEIPT PRE -QUALIFIED SUB -CONTRACTOR LIST M PROPOSAL TO: MR. DALE A. FISSLER, P.E. Fort Worth, Texas City Manager Fort Worth, Texas FOR: SANITARY SEWER REHABILITATION CONTRACT LV (55) - PART 2 PROJECT NO. P258-708170043187 DOE NO. 5434 City Project No.: 00431 No Pursuant to the foregoing "Notice to Bidders," the undersigned has examined the plans, specifications and the site, understands the amount of work to be done, and hereby proposes to do all the work and + furnish all labor, equipment, and materials necessary to fully complete all the work as provided in the plans and specifications, and subject to the inspection and approval of the Director, Water Department of the City of Fort Worth. If required by this project, Contractor must be pre -qualified in accordance with the projects sponsoring Departments of the City of Fort Worth requirements. Upon acceptance of this Proposal by the City Council and required by this project, the bidder is bound to execute a contract and furnish Performance, Maintenance Bond for the water replacement contract only, and Payment Bond approved by the City of Fort Worth for performing and completing said work within the time stated for the following sums, to wit: Total quantities given in the bid proposal may not reflect actual quantities, by represent the best accuracy based on a reasonable effort of investigation; however, they are given for the purpose of bidding on and awarding the contract. W M vuu. Jvs to 2 �.`t71m vunaaray mbbuLlatcb 11U. "lUIY .., t SANITARY SEWER REHABILITATION CONTRACT LV (55) -- PART 2 Project No, P269-708170043187. DOE No. $434 PAY CPMS APPROX. DESCRIPTION OF ITEMS UNIT TOTAL ITEM No. QUANTITY NTH BID PRICES WRITTEN IN WORDS VALUE VALUE 1, BID-00300 4,745 tF Plpe.Sewer-36 Inch (AII Depths) -. Instal * /7/17G 1y Dobm p6 06 and 176 Cents per LF S 7o S 27,0S"a 2. BID-00303 570 LF Pipe-Sewer-35 Inch-0ther Than Open Cut - Install fincludina 54"s" casino with sltlds agWor[Itllsl Seven 4 Lt n 0//r c/ Dollars and %%O Cents LF 6 s 7pa 0 oG' 3 3 9'9000 3. BID-01133 5o LF Pip&-Sewer36 Inch -DI In Sie41 Ca /Stainless SDI CSpacers (644nch casing) j, nte/7 elle c/ f, /may ,J ! f w Q S Dollars cc � and Cents per LF OU s s0 g 3Z5-O0 4, BID-00362 150 LF S&W 4 Inch-S 40 - Install /plumb'i"9 and /7 n Cents LF s Y8 00 $7200 G 5. 910-M4 70 LF Sewer Servica4 Inch -� Install * J 1 /x,; / �fu Domes / and n 0 1 Conte LF s 30 00 3 2/00p0 6. BID-00443 65 LF Pavement-2 Inch Min HMAC on 2r27 Concrete Base (STR- 028) - Install 1 / )� ba4ra O U 00 and n r, Cents LF $ 30 ; $ / 950 7. BID•00094 636 CY RlpRap-/<,Than 18 Inch Rock - Instal (18"-24' well graded) Dollars and n G Ceres CY 00 $ gS 0:� o 8. 91D-00098 55 CY RlpRap-Groulod- <Yhan 1a Inch Rock - Install (14,-24' war graded) Dne iiu r7cAre o 171 ,41, re and 06 ! Cents per CY f /s0 0 D S p2s000 O 8. BID.00100 1 LS Storm Water Pollution Prevention Plan > Than 1 Ac SWPPPP�-Install t/'�><ten Th�u�SQ�7/1' Ocllara Qt and Ceres per LS s 45-000 06 5 /J-000 10. DID-00134 3.170 SY Grass-Hydromulch Seeding - Install Vile Dolma; and r/ 0 Cents per BY S 0 ° 70 00 11. 8I0-00137 65 Sy ass -Sod - Install Se UP Dollars and ��y Cents SY : �° : y� 7 . so 12. 8I0-00147 11 CY Topsoil -��tal(g.;�) 1/-iris / tlle n , -e Dogam and 170 Cents �r CY $�S�U O i l�0 Contractor must complete the folowing "City Approved Product' Corm on Part B — Proposal Page 4 2001223 Add #1 - 4.1a - Proposal Chart 00-�10.doc Proposal — 1 R Addendum No. 1, Page 2 of 3 SANITARY SEWER REHABILITATION CONTRACT J V (55) — PART 2 Project No. P258-708170043187, DOE No. 5434 PAY CNo.S OF SP UNIT TOTAL TEM QUANTITY I ESIWRITTEN ION I WITH BID N ORDS VALUE ( VALUE 1 _ BID-00300 4,745 LF pipe-Sewer-36 Inch (All Depths) - Install Dollars and Cents per LF $ $ 2. BID-00303 570 LF Pipe-Sewer-36 Inch -Other Than Open Cut - Install Dollars and Cents LF $ $ .0 3. BID-01133 50 LF Pipe-Sewer-36 Inch -DI in Steel Casing-w/Stainless Steel Spacers (54-inch casing) Dollars and Cents per LF $ $ 4. BID-00352 150 LF Sewer Plumbing-4 Inch-SCH 40 - Install Dollars ,r and Cents LF $ $ 5, BID-00354 70 LF Sewer Service-4 Inch - Install Dollars and Cents LF $ $ 6. BID-00443 65 LF pavement-2 Inch Min HMAC on 2127 Concrete Base (STR- ' 028) - Install Dollars and Cents LF $ $ 7. BID-00094 635 CY RipRap- < Than 18 Inch Rock - Install (18"-24" well graded) Dollars and Cents CY $ $ 8. BID-00098 55 CY RipRap-Grouted- < Than 18 Inch Rock - Install (18"-24" well graded) Dollars and Cents per CY $ $ 9. BID-00100 1 LS Storm Water Pollution Prevention Plan > Than 1 Ac • SWPPP - Install Dollars and Cents per LS $ $ 10. BID-00134 3,170 SY Grass-Hydromulch Seeding - Install Dollars v and Cents per SY $ $ 11. BID-00137 65 SY Grass -Sod - Install Dollars — and Cents SY $ $ 12. BID-00147 11 CY Topsoil - Install (6-inch) Dollars and Cents per CY $ $ " Contractor must complete the following "City Approved Product" form on Part B - Proposal Page 4 4.1 a -Proposal Chart.doc Proposal-1 VY IJII RI UundVdy n55ULIdte5 NA. y P. 4/tl PROPOSAL. PAY I CPM3 APPROX. DESCRIPTION OF ITHMS UNIT TOTAL ITEM I No- QUANTITY VNTM BID PRIGM WRITTEN IN WORDS • ! VALUE ( VALUE 13. 16 EA I — - — ong- The 5,0/7d rXIIAN oa GIG and n n Cates w EA 5 /O o o s /0000 14. BID-W201 5,360 LF 0"0elCme t lt#m CkgWftiTV SWN 1 r t -c 041111% oG and /7o Cents LF s 3 O D $ 16090 1S. Bio-00202 4,950 LF q peat I_p 1C0er, 0e1rw19 a TV - SWv t , 'v " I7d61Is 06 and 170 Cake perLF s 5- C'G s 2 q75d 16. 910-002" 10 EA MaO"a - Remc t / 4 /! C// 10 C/ 1)dm on ,J and n n Cents EA oG s 8 p0 : 80 00 U. BID-00211 1s VF M80010 %vil i Cda60p4rftWw Prole "Coaling - Instal o n. A, , /, ,W .- aii 1 ovum ly oG 00and "/' Cep per VF : /80 x 27o0 16. BID -MI6 10 EA UNhOW41111 6 Ft Di M400 6 R Deph) - WAId �h. ie 7 hp u.f c ra e/ gdlns OG oG anA n a Conk EA $300o 0,0000 1s. BIO-00216 66 VF M1nIr *ZW 6 F4 Diarri Added Opth (owx 6/Ft depth) - bow et on414nC/iPd 1 f' /il tbNent and /I G / - a�pwvF 00 s 7cS_D oG It ?%SO 20. 8I0-00217 10 FJ1 Test�Yrsr1 06 a0 and /7 Q Cents per EA S e0 0 $Z000 21. BtD-00355 2 EA Swwr$w1AcFlInch T i7 4y r Ddhn CemeEA : 0 00 00 s /Goo ° o 22. 61D-06356 2 EA Seww Swvioa.41nch_2 Way Chen W - Inetell and Cents per EA s SOD CC):/00D 23. BID-00356 3 EA Sews► Servtce.4 IM"Re Way Clean Out - IMW (tlattfl" SS w line ado X< ry e h(�p�i o d Damn h Cen`WEA o 0 goo :0/1 00 24. 810-00372 4,955 LF Trench Safety System S Fool Depth - Inats1 Dawe _o/7P. end J1 0 aw per LF / o c-) i 25. BID-00423 10 LF CwbE6a•w_lrmm T )o n A 7`/!1L Ddhn D u G W d no ants per LF 3 ZS 'I ZS o 2001223 Add #2 - 4.1a - Proposal Chart 09-07-07 2.doc Proposal - 2 R Addendum No. 2, Page 3 of 7 » PROPOSAL .. CNO S ON OF UNIT TOTAL ITEM I QUANTITY ` WITH B D PRRI ESIWRIITEN IN ORDS VALUE VALUE 13. BID-00196 10 EA Collar -Manhole — Install Dollars and Cents per EA $ $ 14. BID-00201 5,360 LF Inspection -Post Construction Cleaning & TV — Study Dollars and Cents LF $ $ 15. BID-00202 4,950 LF Inspection-Preconstruction Cleaning & TV -- Study Dollars and Cents per LF $ $ 16. BID-00206 10 EA Manhole -- Remove Dollars and Cents EA $ $ 17. BID-00211 15 VF Manhole -Paint & Coating -Interior Protective Coating — Install Dollars and Cents per VF $ $ 18. BID-00215 10 EA Manhole-Std 5 Ft Diam-(to 6 Ft Depth) — Install .� Dollars and Cents EA $ $ 19. BID-00216 65 VF Manhole-Std 5 Ft Diam Added Depth (over 6 Ft depth) .r Install Dollars and Cents per VF $ $ 20. BID-00217 10 EA Manhole -Vacuum Test — Install Dollars and Cents per EA $ $ 21. BID-00355 2 EA Sewer Service4 Inch Service Tap -- Install Dollars and Cents EA $ $ 22. BID-00356 2 EA Sewer 5ervice4 Inch-2 Way Clean Out — Install Dollars and Cents per EA $ $ 23. BID-00356 3 EA Sewer Service-4 Inch -One Way Clean Out — Install _ (Hallmark SS services only) Dollars and Cents per EA $ $ 24. BID-00372 4,955 LF Trench Safety System 5 Foot Depth — Install Dollars and Cents per LF $ $ 25. BID-00423 10 LF Curb & Gutter — Install Dollars and Cents per LF 4.1a - Proposal Chart.doc Proposal - 2 PROPOSAL PAY ! CPMS 1 APPROX. DESCRIPTION OF ITEMS UNIT TOTAL ITEM N� QUANTITY WITH BID PRICES WRITTEN IN WORDS VALUE VALUE 26. BID-00494 710 SY Subgrade-Crushed Stone - Install (gravel surface on well site) ' /� / 1 " r,/P P 117 Dollars and 120 Cents per SY $ / S- $ ..� 27. BID-00540 3 EA Deh^vie-10 to 20 Ft Depth -/Install 0/7e f`ipcisGrl�/ i �/P /7[si7G�P C� Dollars and r! U Cents per EA oG $ /soo aG $/Sov i 28. BID-00544 600 Cy Fill Material-Flowable Fill - Install (to abandon existing sanitary sey er) Dollars CiG and !!D Cents CY $ 8S7 $ ,s/Oov 29. BID-00a41 25 LF Concrete -Encasement (concrete cap) A, Dollars / G o G and /7 0 Cents LF $ 60 $/SOU 30. BID-00954 10 EA Manhole -Watertight Frame - Install (Bolted) 1- i v2 h u C/ Dollars and Cents EA $ S'-O $SQDD TOTAL $ -■ I / 3 S•, 1M . SO � .. ow r No aw 4.1 a - Proposal Chart.doc Proposal - 3 CITY APPROVED PRODUCT FOR * - " CONTRACTOR SHALL SELECT TYPE OF PIPE TO BE USED Standard Spec No. Size E1-31 4" through 30" E1-25 4" through 15" E1-27 4" through 15" E1-28 18" through 27" E100-2 18" through 48" Consult with "City of Fort Worth, Texas Standard Product List" to obtain the GenerictTrade Name and the Manufacturer for the pipes listed above. Failure to provide the information required above may result in rejection of bid as non- responsive. Only products listed above will be allowed for use in this Proiect. Anv substitutions shall result in reiection of bid as non -responsive r -.4 sw E11 no 4.1a - Proposal chart.doc Proposal - 4 .w PROPOSAL Within ten (10) days of notification by City, the undersigned will execute the formal contract and deliver an approved Surety Bond and such other bonds as required by the Contract Documents, for the faithful performance of this Contract. The attached bid security in the amount of 5% is to become the property of the City of Fort Worth, Texas, in the event the contract and bond or bonds are not executed and delivered within the time above set forth as liquidated damages for the delay and additional work caused thereby. - The undersigned bidder certified that he has obtained at least one set of the General Contract Documents and General Specifications for Water Department Projects dated January 1, 1978, and that he has read and thoroughly understands all the requirements and conditions of those General Documents, and the specific Contract Documents and appurtenant plans. The undersigned assures that its employees and applicants for employment and those of any labor organization, subcontractors, or employment agency in either furnishing or referring employee applicants to the undersigned are not discriminated against as prohibited by the terms of City Ordinance No. 7278 as amended by the City Ordinance No. 7400. The Bidder agrees to begin construction within 10 calendar days after issue of the work order, and to complete the contract within 150 calendar days after beginning construction as set forth in the written work order to be furnished by the Owner. The work order will be issued no later than 90 days after the award of contract. A. The principal place of business of our company is in the State of Non-resident bidders in the State of , our principal place of business, are required to be percent lower than resident bidders by state law. A copy of the statute is attached. Non-resident bidders in the State of , our principal place of business, are not required to underbid resident bidders. ` B. The principal place of business of our company or our parent company or majority owner is in the State of Texas. Receipt is acknowledged of the following addenda: Addendum No. 1 (initials)140 Addendum No. 2 (initials) Addendum No. 3 (initials) ." .-4 (SEAL) if Bidder is Corporation Date: Tu/y 9, Zo D l` 4.1 a - Proposal chart.doc Respectfully submitted ://2-1 �/i//ism ✓ cSl.%u/f/z By: Name: T Title: l/PS/ollla l Address: /-'0 ODX/03Zf Telephone Proposal - 5 , fh / / %lO / yQ 917 -z 9, -/16wl3 aw PROPOSAL STATEMENT OF MATERIALS AND OTHER CHARGES MATERIALS INCORPORATED INTO THE PROJECT $ ALL OTHER CHARGES $ "TOTAL $ "this total must agree with the total figure shown in Proposal, TOTAL AMOUNT BID in the bound contract. For purposes of complying with the Texas Tax Code, the Contractor agrees that the charges for any material incorporated into the project in excess of the estimated quantity provided for herein will be no less than the invoice price for such material to the Contractor. NOTE: ONLY THE COPY OF THIS FORM ON THE BOUND CONTRACTS IS TO BE FILLED OUT. 4.1 a - Proposal Chart.doc Proposal - 6 r W- ow .. No VENDOR COMPLIANCE TO STATE LAW The 1985 Session of the Texas Legislature passed House Bill 620 relative to the award of contracts to nonresident bidders. This law provides that, in order to be awarded a contract as low bidder, nonresident bidders (out-of-state contractors whose corporate offices or principal place of business are outside of the State of Texas) bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required too underbid a nonresident bidder in order to obtain a comparable contract in the State in which the nonresident's principal place of business is located. The appropriate blanks in Section A must be filled out by all out-of-state or nonresident bidders in order for your bid to meet specifications. The failure of out-of-state or nonresident contractors to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. A. Nonresident vendors in (give State), our principal place of business, are required to be percent lower than resident bidders by State law. A copy of the Statute is attached. Nonresident vendors in (give State), our principal place of business, are not required to underbid resident bidders. B. Our principal place of business or corporate offices are in the State of Texas. 0 C//GlP C COWS 71'u G//O/9 Company )"00 COX �032 8 Address City/State/Zip By: (Please print) Signature: 0 Title: /�resio�a� / (Please print) THIS FORM MUST BE RETURNED WITH YOUR QUOTATION no ADDENDA INDEX AND RECEIPT Addenda Date Receipt Number Iwo 7- 7- o9 as PRE -QUALIFIED SUB -CONTRACTOR LIST SUB -CONTRACTOR Indicate Unit(s)/Section(s) Detail Subcontracting Company Name Working Work Address i Telephone/Fax I i No No if no i no no No GENERAL AND SPECIAL PART C GENERAL CONDITIONS (WATER - SEWER) SUPPLEMENTARY CONDITIONS TO PART C (WATER - SEWER) PART D - SPECIAL CONDITIONS (WATER - SEWER) PART DA - ADDITIONAL SPECIAL CONDITION (WATER - SEWER) PART E SPECIFICATIONS WAGE RATES COMPLIANCE WITH AND ENFORCEMENT OF PREVAILING WAGE RATES STANDARD DETAILS (WATER - SEWER) W r r- so PART C - GENERAL CONDITIONS TABLE OF CONTENTS NOVEMBER 1, 1987 TABLE OF CONTENTS C1-1 DEFINITIONS C1-1.1 Definition of Terms C1-1(1) C1-1.2 Contract Documents C1-1(1) C1-1.3 Notice to Bidders C1-1(2) C1-1.4 Proposal C1-1(2) C1-1.5 Bidder C1-1(2) C1-1.6 General Conditions C1-1(2) C1-1.7 Special Conditions C1-1(2) C1-1.8 Specifications C1-1(2) C1-1.9 Bond C1-1(3) C1-1.10 Contract C1-1(3) C1-1.11 Plans C1-1(3) C1-1.12 City C1-1(3) C1-1.13 City Council C1-1(3) C1-1.14 Mayor C1-1(3) C1-1.15 City Manager C1-1(4) C1-1.16 City Attorney C1-1(4) C1-1.17 Director of Public Works C1-1(4) C1-1.18 Director, City Water Department C1-1(4) C1-1.19 Engineer C1-1(4) C1-1.20 Contractor C1-1(4) C1-1.21 Sureties C1-1(4) C1-1.22 The Work or Project C1-1(4) C1-1.23 Working Day C1-1(5) C1-1.24 Calendar Day C1-1(5) C1-1.25 Legal Holiday C1-1(5) C1-1.26 Abbreviations C1-1(5) C1-1.27 Change Order C1-1(6) C1-1.28 Paved Streets and Alleys C1-1(6) C1-1.29 Unpaved Streets and Alleys C1-1(7) C1-1.30 City Streets C1-1(7) C1-1.31 Roadway C1-1(7) C1-1.32 Gravel Street C1-1(7) C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL C2-2.1 Proposal Form C2-2(1) C2-2.2 Interpretation of Quantities C2-2(2) C2-2.3 Examination of Contract Documents and Site C2-2(2) C2-2.4 Submitting of Proposal C2-2(3) C2-2.5 Rejection of Proposals C2-2(3) C2-2.6 Bid Security C2-2(3) C2-2.7 Delivery of Proposal C2-2(4) C2-2.8 Withdrawing Proposals C2-2(4) C2-2.9 Telegraphic Modification of Proposals C2-2(4) C2-2.10 Public Opening of Proposals C2-2(4) C2-2.11 Irregular Proposals C2-2(5) C1-1 (1) C2-2.12 Disqualification of Bidders C2-2(5) C3-3 AWARD OF EXECUTION OF DOCUMENTS C3-3.1 Consideration of Proposals C3-3(1) C3-3.2 Minority Business Enterprise/ Women -Owned Business Enterprise Compliance C3-3(1) C3-3.3 Equal Employment Provisions C3-3(1) C3-3.4 Withdrawal of Proposals C3-3(2) C3-3.5 Award of Contract C3-3(2) C3-3.6 Return of Proposal Securities C3-3(2) C3-3.7 Bonds C3-3(2) C3-3.8 Execution of Contract C3-3(4) C3-3.9 Failure to Execute Contract C3-3(4) C3-3.10 Beginning Work C3-3(4) C3-3.11 Insurance C3-3(4) C3-3.12 Contractor's Obligations C3-3(7) C3-3.13 Weekly Payroll C3-3(7) C3-3.14 Contractor's Contract -Administration C3-3(7) C3-3.15 Venue C3-3(8) C4-4 SCOPE OF WORK C4-4.1 Intent of Contract Documents C4-4(1) C4-4.2 Special Provisions C4-4(1) C4-4.3 Increased or Decreased Quantities C4-4(1) C4-4.4 Alteration of Contract Documents C4-4(2) C4-4.5 Extra Work C4-4(2) C4-4.6 Schedule of Operations C4-4(4) C4-4.7 Progress Schedules for Water and Sewer Plant Facilities C4-4(4) C5-5 CONTROL OF WORK AND MATERIALS C5-5.1 Authority of Engineer C5-5(1) C5-5.2 Conformity with Plans C5-5(1) C5-5.3 Coordination of Contract Documents C5-5(2) C5-5.4 Cooperation of Contractor C5-5(2) C5-5.5 Emergency and/or Rectification Work C5-5(3) C5-5.6 Field Office C5-5(3) C5-5.7 Construction Stakes C5-5(3) C5-5.8 Authority and Duties of Inspectors C5-5(4) C5-5.9 Inspection C5-5(5) C5-5.10 Removal of Defective and Unauthorized Work C5-5(5) C5-5.11 Substitute Materials or Equipment C5-5(6) C5-5.12 Samples and Tests of Materials C5-5(6) C5-5.13 Storage of Materials C5-5(7) C5-5.14 Existing Structures and Utilities C5-5(7) C5-5.15 Interruption of Service C5-5(8) C5-5.16 Mutual Responsibility of Contractors C5-5(9) C5-5.17 Cleanup C5-5(9) C5-5.18 Final Inspection C5-5(9) C6-6 LEGAL RELATIONS AND PUBLIC RESPONSIBILITY C1-1(1) on Y r+ No No ow MW C6-6.1 Laws to be Observed C6-6(1) C6-6.2 Permits and Licenses C6-6(1) C6-6.3 Patented Devices, Materials and Processes C6-6(1) C6-6.4 Sanitary Provisions C6-6(2) C6-6.5 Public Safety and Convenience C6-6(2) C6-6.6 Privileges of Contractor in Streets, Alleys, and Rights -of -Way C6-6(3) C6-6.7 Railway Crossings C6-6(4) C6-6.8 Barricades, Warnings and Watchmen C6-6(4) .. C6-6.9 Use of Explosives, Drop Weight, etc. C6-6(6) C6-6.10 Work Within Easements C6-6(6) C6-6.11 Independent Contractor C6-6(8) C6-6.12 Contractor's Responsibility for Damage Claims C6-6(9) C6-6.13 Contractor's Claim for Damages C6-6(9) C6-6.14 Adjustment or Relocation of Public Utilities, etc. C6-6(10) C6-6.15 Temporary Sewer Drain Connections C6-6(10) C6-6.16 Arrangement and Charges of Water Furnished by City C6-6(10) C6-6.17 Use of a Section or Portion of the Work C6-6(11) C6-6.18 Contractor's Responsibility for Work C6-6(11) C6-6.19 No Waiver of Legal Rights C6-6(11) C6-6.20 Personal Liability of Public Officials C6-6(12) C6-6.21 State Sales Tax C6-6(12) C7-7 PROSECUTION AND PROGRESS + C7-7.1 Subletting C7-7(1) C7-7.2 Assignment of Contract C7-7(1) C7-7.3 Prosecution of the Work C7-7(1) + C7-7.4 Limitations of Operations C7-7(2) C7-7.5 Character of Workmen and Equipment C7-7(2) C7-7.6 Work Schedule C7-7(3) C7-7.7 Time of Commencement and Completion C7-7(4) C7-7.8 Extension of Time of Completion C7-7(4) C7-7.9 Delays C7-7(5) C7-7.10 Time of Completion C7-7(5) C7-7.11 Suspension by Court Order C7-7(6) C7-7.12 Temporary Suspension C7-7(6) C7-7.13 Termination of Contract Due to National Emergency C7-7(7) + C7-7.14 Suspension or Abandonment of the Work and Annulment of Contract C7-7(8) C7-7.15 Fulfillment of Contract C7-7(10) C7-7.16 Termination for Convenience of the Owner C7-7(10) C7-7.17 Safety Methods and Practices C7-7(13) C8-8 MEASUREMENT AND PAYMENT C8-8.1 Measurement of Quantities C8-8(1) C8-8.2 Unit Prices C8-8(1) C8-8.3 Lump Sum C8-8(1) C8-8.4 Scope of Payment C8-8(1) C8-8.5 Partial Estimates and Retainage C8-8(2) C1-1 (1) EW C8-8.6 Withholding Payment C8-8(3) C8-8.7 Final Acceptance C8-8(3) C8-8.8 Final Payment C8-8(3) C8-8.9 Adequacy of Design C8-8(4) C8-8.10 General Guaranty C8-8(5) C8-8.11 Subsidiary Work C8-8(5) C8-8.12 Miscellaneous Placement of Material C8-8(5) .. C8-8.13 Record Documents C8-8(5) hm am am ion PART C - GENERAL CONDITIONS C1-1 DEFINTIONS SECTION C1-1 DEFINITIONS C1-1.1 DEFINITIONS OF TERMS: Whenever in these Contract Documents the following terms or pronouns in place of them are ow used, the intent and meaning shall be understood and interpreted as follows: No C1-1.2 CONTRACT DOCUMENTS: The Contract Documents are all of the written and drawn documents, such as specifications, bonds, addenda, plans, etc., which govern the terms and performance of the contract. These are contained in the General Contract Documents and the Special Contract Documents. a. GENERAL CONTRACT DOCUMENTS: The General Contract Documents govern all Water Department Projects and includethe following items: PART A - NOTICE TO BIDDERS (sample) White PART B - PROPOSAL (sample) White PART C - GENERAL CONDITIONS (CITY) Canary Yellow C1-1(1) (Developer) Brown PART D - SPECIAL CONDITIONS Green Md PART E - SPECIFICATIONS E1-White E2-Goldenrod E2A-White PERMITS/EASEMENTS Blue PART F - BONDS (Sample) White PART G - CONTRACT (Sample) White i b. SPECIAL CONTRACT DOCUMENTS: The Special Contract Documents are prepared for each specific project as a supplement to the General Contract Documents and include the following items: PART A - NOTICE TO BIDDERS (Advertisement) Same as above PART B - PROPOSAL (Bid) PART C - GENERAL CONDITIONS PART D - SPECIAL CONDITIONS PART E - SPECIFICATIONS PERMITS/EASEMENTS PART F - BONDS PW C1-1 (1) .a PART G - CONTRACT PART H - PLANS (Usually bound separately) C1-1.3 NOTICE TO BIDDERS: All of the legal publications either actually published in public advertising mediums or furnished directly to interested parties pertaining to the work am contemplated under the Contract Documents constitutes the Notice to Bidders. C1-1.4 PROPOSAL: The completed written and signed offer or tender of a bidder to perform the work which the Owner desires to have done, together with the bid security, constitutes the .. Proposal, which becomes binding upon the Bidder when it is officially received by the Owner, has been publicly opened and read and not rejected by the Owner. .. C1-1.5 BIDDER: Any person, persons, firm, partnership, company, association, corporation, acting directly or through a _ duly authorized representative, submitting a proposal for performing the work contemplated under the Contract Documents, constitutes a bidder. C1-1.6 GENERAL CONDITIONS: The General Conditions are the usual construction and contract requirements which govern the performance of the work so that it will be carried on in accordance with the customary procedure, the local statutes, and requirements of the City of Fort Worth's charter and promulgated ordinances. Wherever there may be a conflict between the General Conditions and Special Conditions, the latter shall take precedence and shall govern. C1-1.7 SPECIAL CONDITIONS: Special conditions are the specific requirements which are necessary for the particular project covered by the contract Documents and not specifically covered in the General Conditions. When considered with the General Conditions and other elements of the Contract Documents they provide the information which the Contractor and Owner should have in order to gain a thorough knowledge of the project. C1-1.8 SPECIFICATIONS: The Specifications are that section or part of the Contract Documents which sets forth in detail the requirements which must be met by all materials, construction, workmanship, equipment and services in order to render a completed and useful project. Whenever reference is made to i C1-1 (2) "r s standard specifications, regulations, requirements, statutes, etc., such referred to documents shall become a part of the Contract Documents just as thought they were embodied therein. C1-1.9 BOND: The bond or bonds are the written guarantee or security furnished by the Contractor for the prompt and faithful performance of the contract and include the following: a. Performance Bond (see paragraph C3-3.7) b. Payment Bond (see paragraph C3-3.7) C. Maintenance Bond (see paragraph C3-3.7) d. Proposal or Bid Security (see Special Instructions to Bidders, Part a and C2-2.6) C1-1.10 CONTRACT: The Contract is the formal signed agreement between the Owner and the Contractor covering the mutual understanding of the two contracting parties about the project to be completed under the Contract Documents. C1-1.11 PLANS: The plans are the drawings or reproductions therefrom made by the Owner's representative showing in detail the location, dimension and position of the various elements of the project, including such profiles, typical cross -sections, layout diagrams, working drawings, preliminary drawings and such Md supplemental drawings as the Owner may issue to clarify other drawings or for the purpose of showing changes in the work hereinafter authorized by the Owner. The plans are usually bound separately from other parts of the Contract Documents, but they are a part of the Contract Documents just as though they were bound therein. s C1-1.12 CITY: The City of Fort Worth, Texas, a municipal corporation, authorized and chartered under the Texas State Statutes, acting by and through its governing body or its City Manager, each of which is required by charter to perform specific duties. Responsibility for final enforcement of Contracts involving the City of Fort Worth is by Charter vested in the City Manager. The terms City and Owner are synonymous. C1-1.13 CITY COUNCIL: The duly elected and qualified governing body of the City of Fort Worth, Texas. C1-1.14 MAYOR: The officially elected Mayor, or in his absence, the Mayor Pro tem of the City of Fort Worth, Texas. C1-1 (3) FM C1-1.15 CITY MANAGER: The officially appointed and authorized City Manager of the City of Fort Worth, Texas, or his duly authorized representative. C1-1.16 CITY ATTORNEY: The officially appointed City Attorney of the City of Fort Worth, Texas, or his duly authorized representative. C1-1.17 DIRECTOR OF PUBLIC WORKS: The duly appointed official of the City of Fort Worth, referred to in the Charter as the City Engineer, or his duly authorized representative. C1-1.18 DIRECTOR, CITY WATER DEPARTMENT: The duly appointed Director of the City Water Department of the City of Fort Worth, Texas, or his duly authorized representative, assistant, or agents. C1-1.19 ENGINEER: The Director of Public Works, the Director of the Fort Worth City Water Department, or their duly authorized assistants, agents, engineers, inspectors, or superintendents, acting within the scope of the particular duties entrusted to them. C1-1.20 CONTRACTOR: The person, persons, partnership, company, firm, association, or corporation, entering into a contract with the Owner for the execution of the work, acting directly or through a duly authorized representative. A sub -contractor is a person, firm corporation, or others under contract with the principal contractor, supplying labor and materials or only labor, for work at the site of the project. C1-1.21 SURETIES: The Corporate bodies which are bound by such bonds are required with and for the Contractor. The sureties engaged are to be fully responsible for the entire and satisfactory fulfillment of the Contract and for any and all requirements as set forth in the Contract Documents and approved changes therein. C1-1.22 THE WORK OR PROJECT: The completed work contemplated in and covered by the Contract Documents, including but not limited to the furnishing of all labor, materials, tools, equipment, and incidentals necessary to produce a completed and serviceable project. W. RM 4" r. a C14 (4) r C1-1.23 WORKING DAY: A working day is defined as a calendar r day, not including Saturdays, Sundays, and legal holidays, in which the weather or other conditions not under the control of the Contractor permit the performance of .the principal unit of work for a period of not less than seven (7) hours between 7:00 a.m. and 6:00 p.m., with exceptions as permitted in paragraph C7-7.6. ML C1-1.24 CALENDAR DAYS: A calendar day is any day of the week or month, no days being excepted. fts C1-1.25 LEGAL HOLIDAYS: Legal holidays shall be observed as prescribed by the City Council of the City of Fort worth for observance by City employees as follows: no 1. New Year's Day January 1 2. M.L. King, Jr. Birthday Third Monday in January 3. Memorial Day Last Monday in May 4. Independence Day July 4 5. Labor Day First Monday in September 6. Thanksgiving Day Fourth Thursday in November 7. Thanksgiving Friday Fourth Friday in November 8. Christmas Day December 25 r 9. Such other days in lieu of holidays as the City Council may determine. r When one of the above named holidays or a special holiday declared by the City Council, falls on Saturday, the holiday shall be observed on the preceding Friday, or if it falls on r Sunday, it shall be observed on the following Monday by those employees working on working day operations. Employees working calendar day operations will consider the calendar holiday as the holiday. C1-1.26 ABBREVIATIONS: Wherever the abbreviations defined herein appear in Contract Documents, the intent and meaning r shall be as follows: AASHTO - American Association of State Highway Transportation Officials ASCE - American Society of Civil Engineers LAW - In Accordance With .. AWWA - American Water Works Association ASA - American Standards Association HI - Hydraulic Institute CI-1 (5) M Asph. - Asphalt Ave. - Avenue Blvd. - Boulevard CI - Cast Iron CL - Center Line GI - Galvanized Iron Lin. - Linear or Lineal lb. - Pound MH - Manhole Max. - Maximum MGD -Million Gallons per Day CPS - Cubic Foot per Second Min. - Minimum Mono. - Monolithic o - Percentum R - Radius I.D. - Inside Diameter O.D. - Outside Diameter Elev. - Elevation F - Fahrenheit C - Centigrade In. - Inch Ft. - Foot St. - Street CY - Cubic Yard Yd. - Yard SY - Square Yard L.F. - Linear Foot D.I. - Ductile Iron C1-1.27 CHANGE ORDER: A "Change Order" is a written supplemental agreement between the Owner and the Contractor covering some added or deducted item or feature which may be found necessary and which was not specifically included in the scope of the project on which bids were submitted. Increase in unit quantities stated in the proposal are not the subject matter of a Change Order unless the increase or decrease is more than 25°6 of the amount of the particular item or items in the original proposal. All "Change Orders" shall be prepared by the City from information as necessary furnished by the Contractor. C1-1.28 PAVED STREETS AND ALLEYS: A paved street or alley shall be defined as a street or alley having one of the following types of wearing surfaces applied over the natural unimproved surface: i M1 ■o C1-1 (6) `" a 1. Any type of asphaltic concrete with or without ow separate base material. 2. Any type of asphalt surface treatment, not including an oiled surface, with or without separate base material. 3. Brick, with or without separate base material. 4. Concrete, with or without separate base material. 5. Any combination of the above. C1-1.29 UNPAVED STREETS OR ALLEYS: An unpaved street, alley, roadway or other surface is any area except those defined above as for "Paved Streets and Alleys." C1-1.30 CITY STREETS: A city street is defined as that area between the right-of-way lines as the street is dedicated. C1-1.31 ROADWAY: The roadway is defined as the area between parallel lines two (21) feet back of the curb lines or four (4') feet back of the average edge of pavement where no curb exists. .. C1-1.32 GRAVEL STREET: A gravel street is any unpaved street to which has been added one or more applications of gravel or similar material other than the natural material found on the ,s street surface before any improvement was made. MW M A so ■r CM (7) No SECTION C-GENERAL CONDITIONS C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL SECTION C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL W C2-2.1 PROPOSAL FORM: The Owner will furnish bidders with proposal forms which will contain an itemized list of the items of work to be done or materials to be furnished and upon which bid prices are requested. The Proposal form will state the Bidder's general understanding of the project to be completed, provide a space for furnishing the amount of bid security, and state the basis for entering into a formal contract. The Owner will furnish forms for the Bidder's "Experience Record," "Equipment Schedule," and "Financial Statement," all of which must be properly executed and filed with the Director of the City Water Department one week prior to the hour for opening of bids. The financial statement required shall have been prepared by an independent certified public accountant or an independent public accountant holding a valid permit issued by an appropriate state licensing agency, and shall have been so prepared as to reflect the current financial status. This statement must be current and not more than one (1) year old. In the case that a bidding date falls within the time a new statement is being prepared, the previous statement shall be updated by proper verification. .. Liquid assets in the amount of ten (100) percent of the estimated project cost will be required. MA For an experience record to be considered to be acceptable for a given project, it must reflect the experience of the firm seeking qualification in work of both the same nature and W4 magnitude as that of the project for which bids are to be received. Such experience must have been on projects completed not more than five (5) years prior to the date on which bids are to be received. The Director of the Water Department shall be hm sole judge as to the acceptability of experience for qualification to bid on any Fort Worth Water Department project. The prospective bidder shall schedule the equipment he has available for the project and state that he will rent such additional equipment as may be required to complete the project on which he submits a bid. MW ftm C2-2 (1) &� M M C2-2.2 INTERPRETATION OF QUANTITIES: The quantities of work and materials to be furnished as may be listed in the proposal forms or other parts of the Contract Documents will be considered as approximate only and will be used for the purpose of comparing bids on a uniform basis. Payment will be made to the Contractor for only the actual quantities of work performed or materials furnished in strict accordance with the Contract Documents and .. Plans. The quantities of work to be performed and materials to be furnished may be increased or decreased as hereinafter provided, without in any way invalidating the unit prices bid or any other requirements of the Contract Documents. C2-2.3 EXAMINATION OF CONTRACT DOCUMENTS AND SITE OF PROJECT: Bidders are advised that the Contract Documents on file with the Owner shall constitute all of the information which the Owner will furnish. All additional information and data which -the owner will supply after promulgation of the formal contract documents shall be issued in the form of written addenda and shall become part of the Contract Documents just as though such addenda were actually written into the original Contract Documents. Prior to the filing of proposal, bidders are required to read and become familiar with the Contract Documents, to visit the site of the project and examine carefully all local conditions, to inform themselves by their own independent research and VIM investigations, tests, boring, and by such other means as may be necessary, to gain a complete knowledge of the conditions which will be encountered during the construction of the project. They must judge for themselves the difficulties of the work and all attending circumstances affecting the cost of doing the work or the time required for its completion, and obtain all information required to make an intelligent proposal. No "e information given by the Owner or any representative of the Owner other than that contained in the Contract Documents and officially promulgated addenda thereto, shall be binding upon the Owner. Bidders shall rely exclusively and solely upon their own estimates, investigation, research, tests, explorations, and other data which are necessary for full and complete information upon which the proposal is to be based. It is mutually agreed that the submission of a proposal in prima -facie evidence that the bidder has made the investigations, examinations and tests ,. herein required. Claims for additional compensation due to variations between conditions actually encountered in construction and as indicated in the Contract Documents will not .. be allowed. .. C2-2 (2) No The logs of Soil Borings, if any, showing on the plans are for general information only and may not be correct. Neither the Owner nor the Engineer guarantees that the data shown is representative of conditions which actually exist. C2-2.4 SUBMITTING OF PROPOSAL: The bidder shall submit his Proposal on the form furnished by the Owner. All blank spaces applicable to the project contained in the form shall be FMO correctly filled in and the bidder shall state the prices, written in ink in both words and numerals, for which he proposes to do the work contemplated or furnish the materials required. All such prices shall be written legibly. In case of discrepancy between the price written in words and the price written in numerals, the price most advantageous to the City shall govern. If a proposal is submitted by an individual, his or her name must be signed by his (her) duly authorized agent. If a proposal is submitted by a firm, association, or partnership, the name and address of each member must be given, and the proposal must be signed by a member of the firm association, or ' partnership, or by a person duly authorized. If a proposal is submitted by a company or corporation, the company or corporate name and business address must be given, and the proposal signed by an official or duly authorized agent. The corporate seal must be affixed. Power of Attorney authorizing agents or others to sign proposal must be properly certified and must be in writing and submitted with the proposal. C2-2.5 REJECTION OF PROPOSALS: Proposals may be rejected if _. they show any alteration of words or figures, additions not called for, conditional or uncalled for alternate bids, incomplete bids, erasures, or irregularities of any kind, or contain unbalanced values of any items. Proposals tendered or delivered after the official time designated for receipt of proposals shall be returned to the Bidder unopened. i C2-2.6 BID SECURITY: No proposal will be considered unless it is accompanied by a "Proposal Security" of the character and in the amount indicated in the "Notice to Bidders" and the "Proposal." The Bid Security is required by the Owner as evidence of good faith on the part of the Bidder, and by way of a guaranty that if awarded the contract, the Bidder will within the required time execute a formal contract and furnish the required performance and other bonds. The bid security of the C2-2 (3) FM W ow three lowest bidders will be retained until the contract is awarded or other disposition is made thereof. The bid security .. of all other bidders may be returned promptly after the canvass of bids. C2-2.7 DELIVERY OF PROPOSALS: No proposal will be considered unless it is delivered, accompanied by its proper Bid Security, to the City Manager or his representative in the official place of business as set forth in the "Notice to Bidders." It is the s Bidder's sole responsibility to deliver the proposal at the proper time to the proper place. The mere fact that a proposal was dispatched will not be considered. The Bidder must have the proposal actually delivered. Each proposal shall be in a sealed envelope plainly marked with the word "PROPOSAL" and the name of description of the project as designated in the "Notice to Bidders." The envelope shall be addressed to the City Manager, City Hall, Fort Worth, Texas. 'w C2-2.8 WITHDRAWING PROPOSALS: Proposals actually filed with the City Manager cannot be withdrawn prior to the time set for opening proposals. A request for non -consideration of a ow proposal must be made in writing, addressed to the City manager, and filed with him prior to the time set for the opening of proposals. After all proposals not requested for non - on consideration are opened and publicly read aloud, the proposals for which non -consideration requests have been properly filed may, at the option of the Owner, be returned unopened. 40 C2-2.9 TELEGRAPHIC MODIFICATION OF PROPOSALS: any bidder may modify his proposal by telegraphic communication at any time prior to the time set for opening proposals, provided such on telegraphic communication is received by the City Manager prior to the said proposal opening time, and provided further, that the City Manager is satisfied that a written and duly "` authenticated confirmation of such telegraphic communication over the signature of the bidder was mailed prior to the proposal opening time. If such confirmation is not received aw within forty-eight (48) hours after the proposal opening time, no further consideration will be given to the proposal. .r C2-2.10 PUBLIC OPENING OF PROPOSAL: Proposals which have been properly filed and for which no "Non -consideration Request" has been received will be publicly opened and read aloud by the City Manager or his authorized representative at the time and place indicated in the "Notice to Bidders." All proposals which have been opened and read will remain on file with the owner until C2-2 (4) M the contract has been awarded. Bidders or their authorized representatives are invited to be present for the opening of bids. C2-2.11 IRREGULAR PROPOSALS: Proposals shall be considered as being "Irregular" if they show any omissions, alterations of form, additions, or conditions not called for, unauthorized alternate bids, or irregularities of any kind. However, the Owner reserves the right to waive any and all irregularities and to make the award of the contract to the best interest of the City. Tendering a proposal after the closing hour is an irregularity which cannot be waived. C2-2.12 DISQUALIFICATION OF BIDDERS: Bidders may be disqualified and their proposals not considered for any of, but not limited to, the following reasons: a. Reasons for believing that collusion exists among bidders. b. Reasonable grounds for believing that any bidder is interested in more than one proposal for work contemplated. C. The bidder being interested in any litigation against the Owner or where the Owner may have a claim against or be engaged in litigation against the bidder. d. The bidder being in arrears on any existing contract or having defaulted on a previous contract. e. The bidder having performed a prior contract in an unsatisfactory manner. f. Lack of competency as revealed by the financial statement, experience record, equipment schedule, and such inquiries as the Owner may see fit to make. g. Uncompleted work which, in the .judgment of the Owner, will prevent or hinder the prompt completion of additional work if awarded. h. The bidder not filing with the Owner, one week in advance of the hour of the opening of proposals the following: 1. Financial Statement showing the financial condition of the bidder as specified in Part "A" - Special Instructions. 2. A current experience record showing especially the projects of a nature similar to the one under consideration, which have been successfully completed by the Bidder. M s MW tM 1W i C2-2 (5) ~ M se of 3. An equipment schedule showing the equipment the bidder has available for use on the project. so The Bid Proposal of a bidder who, in the judgment of the Engineer, is disqualified under the requirements stated herein, am shall be set aside and not opened. OW "N go OW .r no .r No 40 so C2-2 (6) No PART C-GENERAL CONDITIONS C3-3 AWARD AND EXECUTION OF DOCUMENTS SECTION C3-3 AWARD AND EXECUTION OF DOCUMENTS C3-3.1 CONSIDERATION OF PROPOSALS: After proposals have been opened and read aloud, the proposals will be tabulated on the basis of the quoted prices, the quantities shown in the proposal, and the application of such formulas or other methods of brining items to a common basis as may be established in the Contract Documents. The total obtained by taking the sum of the products of unit prices quoted and the estimated quantities plus any lump sum items and such other quoted amounts as may enter into the cost of the completed project will be considered as the amount of the bid. Until the award of the contract is made by the Owner, the right will be reserved to reject any or all proposals and waive technicalities, to re -advertise for new proposals, or to proceed with the work in any manner as may be considered for the best interest of the Owner. C3-3.2 MINORITY BUSINESS ENTERPRISE/WOMEN-OWNED BUSINESS ENTERPRISE COMPLIANCE: Contractor agrees to provide to Owner, upon request, complete and accurate information regarding actual work performed by a Minority Business Enterprise (MBE) an/or a Woman -Owned Business Enterprise (WBE) on the contract and the payment therefore. Contractor further agrees, upon request by Owner, to allow an audit and/or an examination of any books, records, or files in the possession of Contractor that will substantiate the actual work performed by the MBE or WBE. Any material misrepresentation of any nature will be grounds for termination of the contract and for initiating any action under appropriate federal, state or local laws and ordinances relating to false statements; further, any such misrepresentation may be grounds for disqualification of Contractor at Owner's discretion for bidding on future contracts with the Owner for a period of time of not less than six (6) months. C3-3.3 EQUAL EMPLOYMENT PROVISIONS: The Contractor shall comply with current City Ordinance prohibiting discrimination in employment practices. The Contractor shall post the required V-= .. Md .PL On ,r 4W so Wo C3-3 (1) 20 M AW notice to that effect on the project site, and at his request, will be provided assistance by the City of Fort Worth's Equal .. Employment Officer who will refer any qualified applicant he may have on file in his office to the Contractor. Appropriate notices may be acquired from the Equal Employment Officer. ar C3-3.4 WITHDRAWAL OF PROPOSALS: After a proposal has been read by the Owner it cannot be withdrawn by the Bidder within forty - No five (45) days after the date on which the proposals were opened. C3-3.5 AWARD OF CONTRACT: The Owner reserves the right to withhold final action on the proposals for a reasonable time, not to exceed forty-five (45) days after the date, of opening proposals, and in no event will an award be made until after investigations have been made as to the responsibility of the proposed awardee. no The award of the contract, if an award is made, will be to the lowest and best responsible bidder. •W The award of the contract shall not become effective until the Owner has notified the Contractor in writing of such award. NM C3-3.6 RETURN OF PROPOSAL SECURITIES: As soon as proposed price totals have been determined for comparison of bids, the Owner may, at its discretion, return the proposal security which accompanied the proposals which, in its judgment, would not be considered for the award. All other proposal securities, usually those of the three lowest bidders, will be retained by the owner until the required contract has been executed and bond furnished or the Owner has otherwise disposed of the bids, after which they will be returned by the City Secretary. C3-3.7 BONDS: With the execution and delivery of the Contract Documents, the Contractor shall furnish to, and file with the Owner in the amounts herein required, the following bonds: a. PERFORMANCE BOND: A good and sufficient performance bond in an amount not less than 100 percent of the ••� amount of the contract, as evidenced by the proposal and tabulation or otherwise, guaranteeing the full and faithful execution of the work and performance of the .� contract, and for the protection of the Owner and all other persons against damage by reason of negligence of the Contractor, or improper execution of the work a C3-3 (2) w b. or the use of inferior materials. This performance bond shall guarantee the payment for all labor, materials, equipment, supplies, and services used in the construction of the work, and shall remain in full force and effect until provisions as above stipulated are accomplished and final payment is made on the project by the City. C. MAINTENANCE BOND: A good and sufficient maintenance *� bond, in the amount of not less than 100 percent of the amount of the contract, as evidenced by the proposal tabulation or otherwise, guaranteeing the prompt, full and faithful performance of the general guaranty which is set forth in paragraph C8-8.10. d. PAYMENT BOND: A good and sufficient payment bond, in an amount not less than 100 percent of the amount of the contract, as evidenced by the proposal tabulation or otherwise, guaranteeing the prompt, full and faithful payment of all claimants as defined in Article 5160, Revised Civil Statutes of Texas, 1925, as amended by House Bill 344 Acts 56th Legislature, Regular Session, 1959, effective April 27, 1959, and/or the latest version thereof, supplying labor and materials in the prosecution of the work provided for in the contract being constructed under these specifications. Payment Bond shall remain in force until all payments as above stipulated are made. e. OTHER BONDS: Such other bonds as may be required by these Contract Documents shall be furnished by the Contractor. No sureties will be accepted by the Owner which are at the time in default or delinquent on any bonds or which are interested in any litigation against the owner. All bonds shall be made on the forms furnished by the Owner and shall be executed by an approved surety company doing business in the City of Fort Worth, Texas, and which is acceptable to the owner. In order to be acceptable, the name of the surety shall be included on the current U.S. Treasury list of acceptable sureties, and the amount of bond written by any one acceptable company shall not exceed the amount shown on the Treasury List for that company. Each bond shall be properly executed by both the Contractor and the Surety Company. .e wr "0 no .. Should any surety on the contract be determined unsatisfactory at any time by the Owner, notice will be given the Contractor to that effect and the Contractor shall immediately provide a new surety satisfactory to the Owner. No payment will be made under the contract until the new surety or sureties, as required, have qualified and have been accepted by the Owner. The contract shall not be operative nor will any payments be due or paid until approval of the bonds by the Owner. C3-3.8 EXECUTION OF CONTRACT: Within ten (10) days after the Owner has by appropriate resolution, or otherwise, awarded the `� contract, the Contractor shall execute and file with the Owner the Contract and such bonds as may be required in the Contract Documents. no C3-3.9 FAILURE TO EXECUTE CONTRACT: The failure of the Awardee to execute the required bond or bonds or to sign the required MW contract within ten (10) days after the contract is awarded shall be considered by the Owner as an abandonment of his proposal, and the Owner may annul the Award. By reason of the r uncertainty of the market prices of material and labor, and it being impracticable and difficult to accurately determine the amount of damages occurring to the Owner by reason of said so awardee's failure to execute said bonds and contract within ten (10) days, the proposal security accompanying the proposal shall be the agreed amount of damages which Owner will suffer by MW reason of such failure on the part of the Awardee and shall thereupon immediately be forfeited to the Owner. am The filing of a proposal will be considered as an acceptance of this provision by the Bidder. C3-3.10 BEGINNING WORK: The Contractor shall not commence work no until authorized in writing to do so by the Owner. Should the Contractor fail to commence work at the site of the project within the time stipulated in the written authorization usually termed the "Work Order" or "Proceed Order", it is agreed that the surety Company will, within ten 910) days after the commencement date set forth in such written authorization, •• commence the physical execution of the contract. ,no ■. .r C3-3.11 INSURANCE: The Contractor shall this contract until he has obtained all under the Contract Documents, and s approved by the Owner. The prime C3-3 (4) not commence work under the insurance required uch insurance has been Contractor shall be a qbw .M responsible for delivering to the Owner the sub -contractor's certificate of insurance for approval. The prime contractor shall indicate of the certificate of insurance included in the documents for execution whether or not his insurance covers sub- contractors. It is the intention of the Owner that the insurance coverage required herein shall include the coverage of .. all sub -contractors. a. COMPENSATION INSURANCE: The Contractor shall maintain, during the life of this contract, Workers' Compensation Insurance on all of his employees to be engaged in work on the project under this contract, and for all sub -contractors. In case any class of employees engaged in hazardous work on the project under this contract is not protected under the Workers' compensation Statute, the Contractor shall provide adequate employer's general liability insurance for the protection of such of his employees not so protected. b. COMPREHENSIVE GENERAL LIABILITY INSURANCE: The Contractor shall procure and shall maintain during the life of this contract Contractor's Comprehensive General Liability Insurance (Public Liability and Property Damage Insurance) in an amount not less than $500,000 covering each occurrence on account of bodily injury, including death, and in an amount not less than $500,000 covering each occurrence on account of property damage with $2,000,000 umbrella policy coverage. C. ADDITIONAL LIABILITY: The Contractor shall furnish insurance as separate policies or by additional endorsement to one of the above -mentioned policies, and in the amount as set forth for public liability and property damage, the following insurance: 1. Contingent Liability (covers General Contractor's Liability for acts of sub -contractors). 2. Blasting, prior to any blasting being done. ` 3. Collapse of buildings or structures adjacent to excavation (if excavations are to be performed adjacent to same). 4. Damage to underground utilities for $500,000. 5. Builder's risk (where above -ground structures are involved) . +� 6. Contractual Liability (covers all indemnification requirements of Contract). so d. AUTOMOBILE INSURANCE - BODILY INJURY AND PROPERTY Im DAMAGE: The Contractor shall procure and maintain, during the life of this Contract, Comprehensive Automobile Liability insurance in an amount not less ,W than $250,000 for injuries including accidental death to any one person and subject to the same limit for each person an amount not less than $500,000 on account of one accident, and automobile property damage insurance in an amount not less than $100,000. e. SCOPE OF INSURANCE AND SPECIAL HAZARD: The insurance required under the above paragraphs shall provide adequate protection for the Contractor and his sub- contractors,, respectively, against damage claims which may arise from operations be by the insured or by ow anyone directly or indirectly employed by him, and also against any of the following special hazards which may be encountered in the performance of the aw Contract. .W w f. PROOF OF CARRIAGE OF INSURANCE: The Contractor shall wo furnish the Owner with satisfactory proof of coverage by insurance required in these Contract Documents in amounts and by carriers satisfactory to the Owner. so (Sample attached.) All insurance requirements made upon the Contractor shall apply to the sub -contractor, should the Prime Contractor's insurance not cover the " sub -contractor's work operations. g. LOCAL AGENT FOR INSURANCE AND BONDING: The insurance and bonding companies with whom the Contractor's at insurance and performance, payment, maintenance and all such other bonds are written shall be represented by an agent or agents having an office located within .. the city limits of the City of Fort Worth, Tarrant County, Texas. Each such agent shall be a duly qualified agent, one upon whom service of process may be had, and must have authority and power to act on behalf of the insurance and/or bonding company to negotiate and settle with the City of Fort Worth, or r MW C3-3 (6) .. any other claimant, any claims that the City of Fort Worth or other claimant or any property owner who has been damaged, may have against the Contractor, insurance, and/or bonding company. If the local insurance representative is not so empowered by the insurance or bonding companies, then such authority must be vested in a local agent or claims officer residing in the Metroplex (the Fort Worth -Dallas area.) The name of the agent or agents shall be set forth on all of such bonds and certificates of insurance. C3-3.12 CONTRACTOR'S OBLIGATIONS: Under the Contract, the Contractor shall pay for all materials, labor and services when due. C3-3.13 WEEKLY PAYROLL: A certified copy of each payroll covering payment of wages to all person engaged in work on the project at the site of the project shall be furnished to the Owner's representative within seven (7) days after the close of each payroll period. A copy or copies of the applicable minimum wage rates as set forth in the Contract Documents shall be kept posted in a conspicuous place at the site of the project at all times during the course of the Contract. Copies of the wage rates will be furnished the Contractor, by the Owner; however, posting and protection of the wage rates shall be the responsibility of the Contractor. C3-3.14 CONTRACTOR'S CONTRACT ADMINISTRATION: Any Contractor, whether a person, persons, partnership, company, firm association, corporation or other who is approved to do business with and enters into a contract with the City for construction of water and/or sanitary sewer facilities, will have or shall establish a fully operational business office within the Fort Worth -Dallas metropolitan area. The Contractor shall charge, delegate, or assign this office (or he may delegate his Project Superintendent) with full authority to transact all business actions required in the performance of the Contract. This local authority shall be made responsible to act for the Contractor in all matters pertaining to the work governed by the Contract whether it be administrative or otherwise and as such shall be empowered, thus delegated and directed, to settle all material, labor or other expenditures, all claims against the work or any other matter associated such as maintaining adequate and appropriate insurance or security coverage for the project. C3-3 (7) .r Such local authority for administration of the work under the Contract shall be maintained until all business transactions ,�. executed as part of the Contract are complete. Should the Contractor's principal base of operations be other ,i than in the Fort Worth -Dallas metropolitan area, notification of the Contractor's assignment of local authority shall be made in writing to the Engineer in advance of any work on the project, .. appropriately signed and sealed, as applicable, by the Contractor's responsible officers with the understanding that this written assignment of authority to a local representative shall become part of the project Contract as though bound 'w directly into the project documents. The intent of these requirements is that all matters associated with the Contractor's administration, whether oriented in furthering the "' work, or other, are governed directly by local authority. This same requirement is imposed on insurance and surety coverage. Should the Contractor's local representative fail to perform to "r the satisfaction of the Engineer, the Engineer, at his sole discretion, may demand that such local representative be replaced and the Engineer may, at his sole discretion, stop all ■• work until a new local authority satisfactory to the Engineer is assigned. No credit of working time will be for periods in which work stoppages are in effect fort his reason. up aw 4W so to MO .n .r C3-3.15 VENUE: Venue of any action herein shall be exclusively in Tarrant County, Texas. C3-3 (8) .w PART C-GENERAL CONDITIONS C4-4 SCOPE OF WORK SECTION C4-4 SCOPE OF WORK C4-4.1 INTENT OF CONTRACT DOCUMENTS: It is the definite intention of these Contract Documents to provide for a complete, useful project which the Contractor undertakes to ..t construct or furnish, all in full compliance with the requirements and intent of the Contract Documents. It is definitely understood that the Contractor shall do all work as F provided for in the Contract Documents, shall do all extra of special work as may be considered by the Owner as necessary to complete the project in a satisfactory and acceptable manner. The Contractor shall, unless otherwise specifically stated in these Contract Documents, furnish all labor, tools, materials, machinery, equipment, special services, and incidentals necessary to the prosecution and completion of the project. C4-4.2 SPECIAL PROVISIONS: Should any work or conditions which are not thoroughly and satisfactorily stipulated or covered by General or Special Conditions of these Contract Documents be anticipated, or should there be any additional proposed work which is not covered by these Contract Documents, then "special. Provisions: covering all such work will be prepared by the Owner previous to the time of receiving bids or proposal for such work and furnished to the bidder in the form of Addenda. All such "Special Provisions" shall be considered to be a part of the Contract Documents just as though they were originally written therein. _ C 4-4.3 INCREASED OR DECREASED QUANTITIES: The Owner reserves the right to alter the quantities of the work to be performed or to extend or shorten the improvements at any time when and if found to be necessary, and the Contractor shall perform the work as altered, increased or decreased at the unit prices. Such increased or decreased quantity shall not be more than 25 percent of the contemplated quantity of such item or items. When such changes increase or decrease the original quantity of any item or items of work to be done or materials to be — furnished by 25 percent or more, then either party to the contract shall upon written request to the other party be entitled to a revised consideration upon that portion of the - work above or below the 25 percent of the original quantity stated in the proposal; such revised consideration to be C4-4 (1) no determined by special agreement or as hereinafter provided for "Extra Work." No allowance will be made for any changes in .. anticipated profits nor shall such changes be considered as waiving or invalidating any conditions or provisions of the Contract Documents. a variations in quantities of sanitary sewer pipes in depth categories, shall be interpreted herein as applying to the overall quantities or sanitary sewer pipe in each pipe size, but not to the various depth categories. w C4-4.4 ALTERATION OF CONTRACT DOCUMENTS: By Change Order, the Owner reserves the right to make such changes in the Contract Documents and in the character or quantities of the work as may be necessary or desirable to insure completion in the most "r satisfactory manner, provided such changes do not materially alter the original Contract Documents or change the general nature of the project as a whole. Such changes shall not be Aw considered as waiving or invalidating any condition or provision of the Contract Documents. C4-4.5 EXTRA WORK: Additional work made necessary by changes and alterations of the Contract Documents or of quantities or for other reasons for which no prices are provided in the �. Contract Documents, shall be defined as "Extra Work" and shall be performed by the Contractor in accordance with these Contract Documents or approved additions thereto; provided, however, that before any extra work is begun a "Change Order" shall be executed or written order issued by the Owner to do the work for payments or credits as shall be determined by one or more combination of the following methods: a. Unit bid price previously approved. ON b. An agreed lump sum. no C. The actual reasonable cost of (1) labor, (2) rental of equipment used on the extra work for the time so used at Associated General Contractors of America current equipment rental rates, (3) materials entering permanently into the project, and (4) actual cost of insurance, bonds, and social security as determined by the Owner, plus a fixed fee to be agreed upon but not to exceed 10% of the actual cost of such extra work. The fixed fee is not to include any additional profit to the Contractor for rental of equipment owned by him and used for the extra work. The C4-4 (2) .o d. fee shall be full and complete compensation to cover the cost of superintendence, overhead, other profit, general and all other expense not included in (1), (2), (3), and (4) above. The Contractor shall keep accurate cost records on the form and in the method suggested by the Owner and shall give the Owner access to all accounts, bills, vouchers, and records relating to the Extra Work. No "Change Order" shall become effective until it has been approved and signed by each of the Contracting parties. No claim for Extra Work of any kind will be allowed unless ordered in writing by the Owner. In case any orders or instructions, either oral or written, appear to the Contractor to involve Extra Work for which he should receive compensation, he shall make written request to the engineer for written orders authorizing such Extra Work, prior to beginning such work. Should a difference arise as to what does or does not constitute Extra Work or as to the payment thereof, and the Engineer insists upon its performance, the Contractor shall proceed with the work after making written request for written orders and shall keep an accurate account of the actual reasonable cost thereof as provided under method (Item C). Claims for extra work will not be paid unless the Contractor shall file his claim with the Owner within five (5) days before the time for making the first estimate after such work is done and unless the claim is supported by satisfactory vouchers and certified payrolls +�- covering all labor and materials expended upon the said Extra Work. The Contractor shall furnish the Owner such installation records of all deviations from the original Contract Documents as may be necessary to enable the Owner to prepare for permanent record a corrected set of plans showing the actual installation. The compensation agreed upon for "extra work" whether or not Y initiated by a "change order" shall be a full, complete and final payment for all costs Contractor incurs as a result or relating to the change or extra work, whether said costs are known, unknown, foreseen or unforeseen at that time, including without limitation, any costs for delay, extended overhead, ripple or impact cost, or any other effect on changed or unchanged work as a result of the change or extra work. C4-4 (3) .. C4-4.6 SCHEDULE OF OPERATIONS: Before commencing any work under this contract, the Contractor shall submit to the Owner and no receive the Owner's approval thereof, a "Schedule of Operations," showing by a straight line method the date of commencing and finishing each of the major elements of the aw contract. There shall be also shown the estimated monthly cost of work for which estimates are to be expected. There shall be presented also a composite graph showing the anticipated no progress of construction with the time being plotted horizontally and the percentage of completion plotted vertically. The progress charts shall be prepared on 8 M " X 11" sheets and at least five black of blue line prints shall be of furnished to the Owner. C4-4.7 PROGRESS SCHEDULES FOR WATER AND SEWER PLANT FACILITIES: aw Within Ten (10) days prior to submission of first monthly progress payment, the Contractor shall prepare and submit to the Owner for approval six copies of the schedule in which the aw Contractor proposes to carry on the work, the date of which he will start the several major activities (including procurement of materials, plans, and equipment) and the contemplated dates *o for completing the same. The schedule shall be in the form of a time schedule Critical Path Method (CPM) network diagram. As the work progresses, the Contractor shall enter on the diagram sr the actual progress at the end of each partial payment period or at such intervals as directed by the Engineer. The Contractor shall also revise the schedule to reflect any adjustments in so contract time approved by the Engineer. Three copies of the updated schedule shall be delivered at such intervals as directed by the Owner. ... As a minimum, the construction schedule shall incorporate all work elements and activities indicated in the proposal and in the technical specifications. Prior to the final drafting of the detailed construction schedule, the contractor shall review the draft schedule with the Engineer to ensure the Contractor's understanding of the contract requirements. .. The following guidelines shall be adhered to in preparing the construction schedule: As a. Milestone dates and final project completion dates shall be developed to conform to time constraints, sequencing requirements and completion time. ow r C4-4 (4) b. The construction process shall be divided into activities with time durations of approximately fourteen (14) days and construction values not to exceed $50,000. Fabrication, delivery and submittal activities are exceptions to this guideline. C. Durations shall be in calendar days and normal holidays and weather conditions over the duration of the contract shall be accounted for within the duration of each activity. d. One critical path shall be shown on the construction �. schedule. e. Float time is defined as the amount of time between the earliest start date and the latest start date of a chain of activities of the CPM construction schedule. Float time is not for the exclusive use or benefit of either the Contractor or the Owner. f. Thirty days shall be used for submittal review unless otherwise specified. The construction schedule shall, as a minimum, be divided into general categories as indicated in the Proposal and Technical Specifications and each general category shall be broken down into activities in enough detail to achieve activities of approximately fourteen(14) days' duration. For each general category, the construction schedule shall �- identify all trades or subcontracts whose work is represented by activities that follow the guidelines of this Section. For each of the trades or subcontracts, the construction schedule shall indicate the following procurements, construction and pre -acceptance activities and events in their logical sequence for equipment and materials. 1. Preparation and transmittal of submittals. 2. Submittal review periods. 3. Shop fabrication and delivery. 4. Erection or installation. MW MM C44 (5) I= ## MW 5. Transmittal of manufacturer's operation and maintenance no instructions. no 6. Installed equipment and materials testing. 7. Owner's operator instruction (if applicable). B. Final inspection. 9. Operational testing. aw 10. Final inspection. If, in the opinion of the Owner, work accomplished falls behind that scheduled, the Contractor shall take such action as necessary to improve his progress. In addition, the Owner may require the Contractor to submit a revised schedule AW demonstrating his program and proposed plan to make up lag in scheduled progress and to insure completion of the work within the contract time. If the Owner finds the proposed plan not. r' acceptable, he may require the Contractor to increase the work force, the construction plant and equipment, the number of work shifts or the overtime operations without additional cost to the ow Owner. Failure of the Contractor to comply with these requirements shall be considered grounds for determination by the Owner that the Contractor is failing to prosecute the work with such diligence as will insure its completion within the time specified. C4-4 (6) am ow PART C—GENERAL CONDITIONS C5-5 CONTROL OF WORK AND MATERIALS SECTION C5-5 CONTROL OF WORK AND MATERIALS C5-5.1 AUTHORITY OF ENGINEER: The work shall be performed to the satisfaction of the Engineer and in strict compliance with .. the Contract Documents. He shall decide all questions which arise as to the quality and acceptability of materials furnished, work performed, rate of progress of the work, overall sequence of the construction, interpretation of the Contract Documents, acceptable fulfillment of the contract, compensation, mutual rights between Contractor and Owner under these Contract Documents, supervision of the work, resumption of operations, and all other questions or disputes which may arise. Engineer will not be responsible for Contractor's means, methods, techniques, sequences of procedures of construction, or the safety precaution and programs incident thereto, and he will not be responsible for Contractor's failure to perform the work in accordance with the Contract Documents. He shall determine the amount and quality of the work completed and materials furnished, and his decisions and estimates shall 4W be final. His estimates in such event shall be a condition to the right of the Contractor to receive money due him under the Contract. The Owner shall have executive authority to enforce hm and make effective such necessary decisions and orders as the Contractor fails to carry out promptly. In the event of any dispute between the Engineer and Contractor over the decision of the Engineer on any such matters, the Engineer must, within a reasonable time, upon written request of w the Contractor, render and deliver to both the Owner and Contractor, a written decision on the matter in controversy. C5-5.2 CONFORMITY WITH PLANS: The finished project in all cases shall conform with lines, grades, cross -sections, finish, and dimensions shown on the plans or any other requirements otherwise described in the Contract Documents. Any deviation from the approved Contract Documents required by the Engineer during construction will in all cases be determined by the Engineer and authorized by the Owner by Change Order. C5-5 (1) "` .r aw C5-5.3 COORDINATION OF CONTRACT DOCUMENTS: The Contract am Documents are made up of several sections, which, taken together, are intended to describe and provide for a complete and useful project, and any requirements appearing in one of the go sections is as binding as though it occurred in all sections. In case of discrepancies, figured dimension shall govern over scaled dimensions, plans shall govern over specifications, No special conditions shall govern over general conditions and standard specifications, and quantities shown on the plans shall govern over those shown in the proposal. The Contractor shall not take advantage of any apparent error or omission in the Nonot Documents, and the Owner shall be permitted to make such corrections or interpretations as may be deemed necessary for the fulfillment of the intent of the Contract Documents. In "! the event the Contractor discovers an apparent error or discrepancy, he shall immediately call this condition to the attention of the Engineer. In the event of a conflict in the "! drawings, specifications, or other portions of the Contract Documents, which were not reported prior to the award of Contract, the Contractor shall be deemed to have quoted the most w expensive resolution of the conflict. C5-5.4 COOPERATION OF CONTRACTOR: The Contractor will be wr furnished with three sets of the Contract Documents and shall have available on the site of the project at all times one set of such Contract Documents. w The Contractor shall give to the work the constant attention necessary to facilitate the progress thereof and shall cooperate ..r with the engineer, his inspector, and other Contractors in every possible way. The Contractor shall at all times have competent personnel available to the project site for proper performance of the work. The Contractor shall provide and maintain at all times at the site of the project a competent, English-speaking " superintendent and an assistant who are fully authorized to act as the Contractor's agent on the work. Such superintendent and his assistant shall be capable of reading and understanding the .r Contract Documents and shall receive and fulfill instructions from the Owner, the Engineer, or his authorized representatives. Pursuant to this responsibility of the Contractor, the ,.. Contractor shall designate in writing to the project superintendent, to act as the contractor's agent on the work. Such assistant project superintendent shall be a resident of .r Cs-s (2) no Tarrant County, Texas and shall be subject to call, as is the project Superintendent, at any time of the day or night on any day of the week on which the Engineer determines that circumstances require the presence on the project site of a representative of the Contractor to adequately provide for the safety or convenience of the travelling public or the owners of property across which the project extends or the safety of property contiguous to the project routing. The Contractor shall provide all facilities to enable the Engineer and his inspector to examine and inspect the workmanship and materials entering into the work. C5-5.5 EMERGENCY AND/OR RECTIFICATION WORK: When, in the opinion of the Owner or Engineer, a condition of emergency exists related to any part of the work, the Contractor, or the Contractor through his designated representative, shall respond with dispatch to a verbal request made by the Owner or Engineer to alleviate the emergency condition. Such a response shall occur day or night, whether the project is scheduled on a calendar -day or on a working -day basis. Should the Contractor fail to respond to a request from the Engineer to rectify any discrepancies, omissions, or corrections necessary to conform with the requirements of the project specifications or plans, the Engineer shall give the Contractor written notice that such work or changes are to be performed. The written notice shall direct attention to the discrepant condition and request the contractor to take remedial action to correct the condition. In the event the Contractor does not take positive steps to fulfill this written request, or does not show just cause for not taking the proper action, within 24 hours, the City may take such remedial action with City forces or by contract. The City shall then deduct an amount equal to the entire costs for such remedial action, plus 25%, from any funds due the Contractor on the project. C5-5.6 FIELD OFFICE: The Contractor shall provide, at no extra compensation, an adequate field office for use of the Engineer, if specifically called for. The field office shall be not less than 10 by 14 feet in floor area, substantially constructed, well heated, air conditioned, lighted, and weather-proof, so that documents will not be damaged by the elements. C5-5.7 CONSTRUCTION STAKES: The City, through its Engineer, will furnish the Contractor with all lines, grades, and C5-5 (3) "W MW .w aw measurements necessary to the proper prosecution and control of the work contracted for under these Contract Documents, and .w lines, grades and measurements will be established by means of stakes or other customary method of marking a may be found consistent with good practice. aR These stakes or markings shall be set sufficiently in advance of construction operations to avoid delay. Such stakes or w markings, as may be established for the Contractor's use or guidance, shall be preserved by the Contractor until he is authorized by the Engineer to remove them. Whenever, in the opinion of the Engineer, any stakes or markings have been MW carelessly or willfully destroyed, disturbed, or removed by the Contractor or any of his employees, the full cost of replacing such stakes or marks plus 25% will be charged against the "w Contractor, and the full amount will be deducted from payment due the Contractor. w C5-5.8 AUTHORITY AND DUTIES OF CITY INSPECTORS: City Inspectors will be authorized to inspect all work done and to be done and all materials furnished. Such inspection may extend to all or .. any part of the work, and the preparation or manufacturing of the materials to be used or equipment to be installed. A City Inspector may be stationed on the work to report to the Engineer ow the progress of the work and the manner in which it is being performed, any evidence that the materials being furnished or the work being performed by the Contractor fails to fulfill the w requirements of the Contract Documents, and to call the attention of the Contractor to any such failure or other infringements. Such inspection or lack of inspection will not relieve the Contractor from any obligation to perform the work Norelieve accordance with the requirements of the Contract Documents. In case of any dispute arising between the Contractor and the City Inspector as to the materials or equipment furnished or the No manner of performing the work, the City Inspector will have authority to reject materials or equipment to suspend work until the question at issue can be referred to, and be decided by, the *M Engineer. The City Inspector will not, however, be authorized to revoke, alter, enlarge, or release any requirement of these Contract Documents, nor to approve or accept any portion or ow section of the work, nor to issue any instructions contrary to the requirements of the Contract Documents. He will in no case act as superintendent or foreman or perform any other duties for "W the Contractor, or interfere with the management or operation of the work. He will not accept from the Contractor any compensation in any form for performing any duties. The .. w C5-5 (4) .. Nu Contractor shall regard and obey the directions and instruction of the City Inspector or Engineer when the same are consistent with the obligations of the Contract Documents, provided, however, should the Contractor object to any orders or instructions of the City Inspector, the Contractor may within six days make written appeal to the Engineer for his decision on the matter in controversy. C5-5.9 INSPECTION: The Contractor shall furnish the Engineer with every reasonable facility for ascertaining whether or not the work as performed is in accordance with the requirements of the Contract Documents. If the Engineer so requests, the Contractor shall, at any time before acceptance of the work, remove or uncover such portion of the finished work as may be directed. After examination, the Contractor shall restore said portions of the work to the standard required by the Contract Documents. Should the work exposed or examined prove acceptable, the uncovering or removing and replacing of the covering or making good of the parts removed shall be paid for as extra work, but should be work so exposed or examined prove to be unacceptable, the uncovering or removing and the replacing of all adjacent defective or damaged parts shall be at the Contractor's expense. No work shall be done or materials used without suitable supervision or inspection. C5-5.10 REMOVAL OF DEFECTIVE AND UNAUTHORIZED WORK: All work, matPr.ials, or equipment which has been rejected shall be remedied or removed and replaced in an acceptable manner by the Contractor at his own expense. Work done beyond the lines and grades given or as shown on the plans, except as herein specifically provided, or any Extra Work done without written authority, will be considered as unauthorized and done at the expense of the Contractor and will not be paid for by the Owner. Work so done may be ordered removed at the Contractor's expense. Upon the failure on the part of the Contractor to comply with any order of the Engineer made under the provisions of this paragraph, the Engineer will have the authority to cause defective work to be remedied or removed and replaced and unauthorized work to be removed, and the cost thereof may be deducted from any money due or to become due to the Contractor. Failure to require the removal of any defective or unauthorized work shall not constitute acceptance of such works. ,.. GW EW C5-5 (5) `m MW r «w C5-5.11 SUBSTITUTE MATERIALS OR EQUIPMENT: If the "W Specifications, law, ordinance, codes or regulations permit Contractor to furnish or use a substitute that is equal to any material or equipment specified, and if contractor wishes to ,w furnish or use a proposed substitute, he shall, prior to the pre -construction conference, make written application to Engineer for approval of such substitute certifying in writing .o that the proposed substitute will perform adequately the functions called for by the general design, be similar and of equal substance to that specified and be suited to the same use and capable of performing the same function as that specified; aw and identifying all variations of the proposed substitute from that specified and indicating available maintenance service. No substitute shall be ordered or installed without the written "' approval of Engineer who will be the judge of the equality and may require Contractor to furnish such other data about the proposed substitute as he considers pertinent. No substitute No shall be ordered or installed without such performance guarantee and bonds as Owner may require which shall be furnished at Contractor's expense. Contractor shall indemnify and hold ow harmless Owner and engineer and anyone directly or indirectly employed by either of them from and against the claims, damages, losses and expenses (including attorneys fees) arising out of r the use of substituted materials or equipment. C5-5.12 SAMPLES AND TESTS OR MATERIALS: Where, in the opinion .. of the Engineer, or as called for in the Contract Documents, tests of materials or equipment are necessary, such tests will be made at the expense of and paid for direct to the testing agency by the Owner unless otherwise specifically provided. The failure of the Owner to make any tests of materials shall in no way relieve the Contractor of his responsibility of furnishing materials and equipment fully conforming to the requirements of the Contract Documents. Tests and sampling of materials, unless otherwise specified, will be made in accordance with the latest methods prescribed by the American Society for Testing Materials *� or specific requirements of the Owner. The Contractor shall provide such facilities as the Engineer may require for collecting and forwarding samples and shall not, without .. specific written permission of the Engineer, use the materials represented by the samples until tests have been made and the materials approved for use. The Contractor will furnish adequate samples without charge to the Owner. w aw In case of concrete, the aggregates, design minimum, and the C5-5 (6) w +W mixing and transporting equipment shall be approved by the Engineer before any concrete is placed, and the Contractor shall be responsible for replacing any concrete which does not meet the requirements of the contract Documents. Tests shall be made at least 9 days prior to the placing of concrete, using samples from the same aggregate, cement, and mortar which are to be used later in the concrete. Should the source of supply change, new tests shall be made prior to the use of the new materials. C5-5.13 STORAGE OF MATERIALS: All materials which are to be used in the construction operation shall be stored to insure the preservation of the quality and fitness of the work. When directed by the Engineer, they shall be placed on wooden platforms or other hard, clean durable surfaces and not on the ground, and shall be placed under cover when directed. Stored materials shall be placed and located so as to facilitate prompt inspection. C5-5.14 EXISTING STRUCTURES AND UTILITIES: The location and dimensions shown on the Plans relative to existing utilities are based on the best information available. Omission from or the inclusion of utility locations on the Plans is not to be considered as the nonexistence of, or a definite location of, existing underground utilities. The location of many gas mains, water mains, conduits, sewer lines and service lines for all utilities, etc., is unknown to the Owner, and the Owner assumes no responsibility for failure to show any or all such structures and utilities on the Plans or to show them in their exact location. It is mutually agreed that such failure will not be considered sufficient basis for claims for additional compensation for Extra Work or for increasing the pay quantities in any manner whatsoever, unless an obstruction encountered is such as to necessitate changes in the lines and grades of considerable magnitude or requires the building of special works, provision for which is not made in the Contract Documents, in which case the provision in these Contract Documents for Extra Work shall apply. It shall be the Contractor's responsibility to verify locations of adjacent and/or conflicting utilities sufficiently in advance of construction in order that he may negotiate such local adjustments as necessary in the construction process to provide adequate clearances. The Contractor shall take all necessary precautions in order to protect all existing utilities, structures and service lines. Verification of existing utilities, structures and service lines shall include aw .w WW ow aw h" im MW w C5-5 (7) �" MW w notification of all utility companies at least forty-eight (48) hours in advance of construction including exploratory no excavation if necessary. All verification of existing utilities and their adjustment shall be considered as subsidiary work. aw C5-5.15 INTERRUPTION OF SERVICE: a. Normal Prosecution: In the normal prosecution of work w where the interruption of service is necessary, the Contractor, at least 24 hours in advance, shall be required to: w 1. Notify the Water Department's Distribution Division of location, time, and schedule of service interruption. 2. Notify each customer personally through responsible personnel of time and schedule of the ow interruption of their service, or 3. In the event that personal notification of a .w customer cannot be made, a prepared tag form shall be attached to the customer's entrance doorknob. The tag shall be durable in MW composition, and in large bold type shall say: "NOTICE" w Due to Utility Improvement in your neighborhood, your (water) (sewer) service will be interrupted on between the hours of and This inconvenience will be as short as possible. No Thank you, .w w Contractor Address Phone ,w b. Emergency: In the event that an unforeseen service interruption occurs, notice shall be as above, but immediate. wwr MW C5-5 (8) A C5-5.16 MUTUAL RESPONSIBILITY OF CONTRACTORS: If, through acts or neglect on the part of the contractor, any other Contractor ' or any sub -contractor shall suffer loss or damage on the work, the Contractor agrees to settle with such other Contractor or sub -contractor by agreement or arbitration. If such other Contractor or sub -contractor shall assert any claim against the Owner on account of any damage alleged to have been sustained, the Owner will notify the Contractor, who shall indemnify and +� save harmless the Owner against any such claim. C5-5.17 CLEAN-UP: Clean-up of surplus and/or waste materials .. accumulated on the job site during the prosecution of the work under these Contract Documents shall be accomplished in keeping with a daily routine established to the satisfaction of the Engineer. If, within twenty-four (24) hours after written notice is given to the Contractor that the clean-up on the job site is proceeding in a manner unsatisfactory to the Engineer, the Contractor fails to correct the unsatisfactory procedure, the City may take such direct action as the Engineer deems appropriate to correct the clean-up deficiencies cited to the contractor in the written notice, and the costs of such direct action, plus 25% of such costs, shall be deducted from monies due or to become due to the Contractor. Upon the completion of the project as a whole as covered by these Contract Documents, and before final acceptance and final payment will be made, the Contractor shall clean and remove from the site of the project all surplus and discarded materials, temporary structures, and debris of every kind. He shall leave the site of all work in a neat and orderly condition equal to that which originally existed. Surplus and waste materials removed from the site of the work shall be disposed of at locations satisfactory to the Engineer. The Contractor shall thoroughly clean all equipment and materials installed by him and shall deliver over such materials and equipment in a bright, clean, polished and new appearing condition. No extra compensation will be made to the Contractor for any clean-up required on the project. C5-5.18 FINAL INSPECTION: Whenever the work provided for in and 00 contemplated under the Contract Documents has been satisfactorily completed and final clean-up performed, the Engineer will notify the proper officials of the Owner and 'w request that the final inspection be made. Such inspection will be made within 10 days after such notification. After such CS-5 (9) On SW final inspection, if the work and materials and equipment are found satisfactory, the Contractor will be notified in writing r of the acceptance of the same after the proper resolution has been passed by the City Council. No time charge will be made against the Contractor between said date of notification of the ,r Engineer and the date of final inspection of the work. .. MW aw SW r 2W .w ow No .. .. .M aw C5-5 (10) PART C-GENERAL CONDITIONS C6-6 LEGAL RELATIONS AND PUBLIC RESPONSIBILITY MW SECTION C6-6 LEGAL RELATIONS AND PUBLIC RESPONSIBILITY C6-6.1 LAWS TO BE OBSERVED: The Contractor shall at all times observe and comply with all Federal and State Laws and City ordinances and regulations which in any way affect the conduct of the work or his operations, and shall observe and comply with all orders, laws, ordinances and regulations which exist or WAO which may be enacted later by bodies having jurisdiction or authority for such enactment. No plea of misunderstanding or ignorance thereof will be considered. The Contractor and his Sureties shall indemnify and save harmless the City and all of its officers, agents, and employees against any and all claims or liability arising from or based on the violation of any such ow law, ordinance, regulation, or order, whether it be by himself or his employees. C6-6.2 PERMITS AND LICENSES: The Contractor shall procure all permits and licenses, pay all charges, costs and fees, and give all notices necessary and incident to the due and lawful prosecution of the work. C6-6.3 PATENTED DEVICES, MATERIALS AND PROCESSES: If the Contractor is required or desires to use any design, device, material, or process covered by letter, patent, or copyright, he shall provide for such use by suitable legal agreement with the patentee or owner of such patent, letter, or copyrighted design. It is mutually agreed and understood that without exception the contract prices shall include all royalties or costs arising from patents, trademarks, and copyrights in any way involved in the work. The Contractor and his sureties shall indemnify, and save harmless, the Owner from any and all claims for infringement by reason of the use of any such patented design, device, material or process, or any trademark or copyright in connection with the work agreed to be performed under these Contract Documents, and shall indemnify the Owner for any cost, expense, or damage which it may be obliged to pay by reason of such infringement at any time during the prosecution of the work _ or after completion of the work, provided, however, that the Owner will assume the responsibility to defend any and all suits brought for the infringement of any patent claimed to be infringed upon by the design, type of construction or material C6-6 (1) MW 1W W or equipment specified in the Contract Documents furnished the Contractor by the Owner, and to hold the Contractor harmless on .r account of such suits. C6-6.4 SANITARY PROVISIONS: The Contractor shall establish and 4W enforce among his employees such regulations in regard to cleanliness and disposal of garbage and waste as will tend to prevent the inception and spread of infectious or contagious 00 diseases and to effectively prevent the creation of a nuisance about the work on any property either public or private, and such regulations as are required by Law shall be put into immediate force and effect by the Contractor. The necessary .. sanitary conveniences for use of laborers on the work, properly secluded from public observation, shall be constructed and maintained by the Contractor and their use shall be strictly o' enforced by the Contractor. All such facilities shall be kept in a clean and sanitary condition, free from objectionable odors so as not to cause a nuisance. All sanitary laws and regulations of the State of Texas and the City shall be strictly complied with. .. C6-6.5 PUBLIC SAFETY AND CONVENIENCE: Materials or equipment stored about the work shall be so placed and used, and the work shall at all times be so conducted, as to cause no greater r obstruction or inconvenience to the public than is considered to be absolutely necessary by the Engineer. The Contractor is required to maintain at all times all phases of his work in such 00 a manner as not to impair the safety or convenience of the public, including, but not limited to, safe and convenient ingress and egress to property contiguous to the work area. The r Contractor shall make adequate provisions to render reasonable ingress and egress for normal vehicular traffic, except during actual trenching or pipe installation operations, at all driveway crossings. Such provisions may include bridging, placement of crushed stone or gravel or such other means of providing proper ingress and egress for the property served by the driveway as the Engineer may approve as appropriate. Other means may include the diversion of driveway traffic, with specific approval by the Engineer. If diversion of traffic is approved by the Engineer, the Contractor shall make arrangements �+ satisfactory to the Engineer for the diversion of traffic and shall, at his own expense, provide all materials and perform all work necessary for the construction and maintenance of roadways ., and bridges for such diversion of traffic. Sidewalks must not be obstructed except by special permission of the Engineer. r C6-6 (2) ow L � MW The materials excavated and the construction materials, such as pipe, used in the construction of the work shall be placed so as not to endanger the work or prevent free access to all fire hydrants, fire alarm boxes, police call boxes, water valves, gas valves, or manholes in the vicinity. The Owner reserves the right to remedy any neglect on the part of the Contractor in reference to public convenience and safety which may come to its attention, after twenty-four (24) hours notice in writing to the — Contractor, save in cases of emergency when it shall have the right to remedy any neglect without notice, and in either case, the cost of such work done or materials furnished by the Owner or by the City shall be deducted from monies due or to become due to the Contractor. an The Contractor, after approval of the Engineer, shall notify the Fire Department Headquarters, Traffic Engineer, and Police Department, when any street or alley is requested to be closed or obstructed or any fire hydrant is to be made inaccessible, and when so directed by the Engineer, shall keep any street, streets, or highways in condition for unobstructed use by fire apparatus. The Contractor shall promptly notify the Fire Department Headquarters when all such obstructed streets, alleys, or hydrants are again placed back in service. Where the Contractor is required to construct temporary bridges or make other arrangements for crossing over ditches or streams, his responsibility for accidents in connection with such Me crossings shall include the roadway approaches as well as the structures of such crossings. ow The Contractor shall at all times conduct his operation and the use of construction machinery so as not to damage or destroy trees and shrubs located in close proximity to or on the site of the work. Wherever any such damage may be done, the Contractor shall immediately satisfy all claims of property owners, and no payment will be made by the Owner in settlement of such claims. The Contractor shall file with the Engineer a written statement ... showing all such claims adjusted. C6-6.6 PRIVILEGES OF CONTRACTOR IN STREETS, ALLEYS, AND RIGHT- ` OF -WAY: For the performance of the contract, the Contractor will be permitted to use and occupy such portions of the public streets and alleys, or other public places or other rights -of- RA" way as provided for in the ordinances of the City, as shown in the Contract Documents, or as may be specifically authorized in dw C6-6 (3) "' M r MW writing by the Engineer. A reasonable amount of tools, materials, and equipment for construction purposes may be stored .W in such space, but no more than is necessary to avoid delay in the construction operations. Excavated and waste materials shall be piled or stacked in such a way that does not interfere .. with the use of spaces that may be designated to be left free and unobstructed, or inconvenience occupants of adjacent property. If the street is occupied by railway tracks, the work shall be carried on in such manner as not to interfere with the MW operation of trains, loading or unloading of cars, etc. Other contractors of the owner may, for all purposes required by the contract, enter upon the work and premises used by the MW assistance for the completion of adjoining work. Any additional grounds desired by the Contractor for his use shall be provided by him at his own cost and expense. aw C6-6.7 RAILWAY CROSSINGS: When the work encroaches upon any right-of-way of any railway, the City will secure the necessary r easement for the work. Where the railway tracks are to be crossed, the Contractor shall observe all the regulations and instructions of the railway company regarding the methods of .w performing the work and take all precautions for safety of property and the public. Negotiations with the railway companies for permits shall be done by and through the City. ,W The Contractor shall give the City notice not less than five days prior to the time of his intention to begin work on that portion of the project which is related to the railway properties. The Contractor will not be given extra or .. additional compensation for such railway crossings unless specifically set forth in the Contract Documents. 'o C6-6.8 BARRICADES, WARNINGS AND WATCHMEN: Where the work is carried on in or adjacent to any street, alley, or public place, the Contractor shall, at his own expense, furnish, erect, and ow maintain such barricades, fences, lights and danger signals, and shall provide such watchmen, and shall take all such other precautionary measures for the protection of persons or property +o and of the work as are necessary. Barricades and fences shall be painted in a color that will be visible at night. From sunset to sunrise the Contractor shall furnish and maintain at .o least one easily visible burning light at each barricade. A sufficient number of barricades shall be erected and maintained to keep pedestrians away, and vehicles from being driven on or .w into, any work under construction or being maintained. The Contractor shall furnish watchmen and keep them at their respective assignments in sufficient numbers to protect the work MW and prevent accident or damage. sm C6-6 (4) .. bw All installations and procedures shall be consistent with the provisions set forth in the "1980 Texas Manual on Uniform ' Traffic Control Devices for Streets and Highways", issued under the authority of the "State of Texas Uniform Act Regulating Traffic on Highways", codified as Article 6701d, Vernon's Civil Statutes, pertinent sections being Section Nos. 27, 29, 30 and 31. The Contractor will not remove any regulatory sign, instructional sign, street name sign, or other sign, which has been erected by the City. If it is determined that a sign must ,.. be removed to permit required construction, the Contractor shall contact the Transportation and Public Works Department, Signs and Markings Division (phone number 870-8075), to remove the sign. In the case of regulatory signs, the Contractor must replace. the permanent sign with a temporary sign meeting the requirements of the above referenced manual, and such temporary sign must be installed prior to the removal of the permanent sign. If the temporary sign is not installed correctly or if it does not meet the required specifications, the permanent sign shall be left in place until the temporary sign requirements are met. When construction work is completed to the extent that the permanent sign can be reinstalled, the Contractor shall again contact the Signs and Markings Division to reinstall the permanent sign and shall leave his temporary sign in place until such reinstallation is completed. The Contractor will be held responsible for all damage to the work or the public due to failure of barricades, signs, fences, lights, or watchmen to protect them. whenever evidence is found ,. of such damage to the work, the Engineer may order the damaged portion immediately removed and replaced by the Contractor at the Contractor's own expense. The Contractor's responsibility for the maintenance of barricades, signs, fences and lights, and for providing watchmen shall not cease until the project shall have been completed and accepted by the Owner. No compensation, except as specifically provided in these Contract Documents, will be paid to the Contractor for the work and materials involved in the constructing, providing, and ~" maintaining of barricades, signs, fences, and lights or for salaries of watchmen, for the subsequent removal and disposal of such barricades, signs, or for any other incidentals necessary EW for the proper protection, safety, and convenience of the public C6-6 (5) N' M no aw during the contract period, as this work is considered to be subsidiary to the several items for which unit or lump sum .o prices are requested in the Proposal. C6-6.9 USE OF EXPLOSIVES, DROP WEIGHT, ETC.: Should the Contractor elect to use explosives, drop weight, etc., in the prosecution of the work, the utmost care shall be exercised at all times not to endanger life or property. The Contractor shall notify the proper representative of any public service corporation, any company, individual, or utility, and the Owner, not less than twenty-four (24) hours in advance of the use of any activity which might damage or endanger property along or ~ adjacent to the work. Where the use of explosives is to be permitted on the project as specified in the Special Contract Documents, or the use of explosives is requested, the Contractor shall submit notice to the Engineer in writing twenty-four (24) hours prior to commencing and shall furnish evidence that he has insurance coverage to protect against any damages and/or injuries arising out of such use of explosives. All claims arising out of the use of explosives shall be investigated and a written report made by the Contractor's insurers to the Engineer within ten (10) days after receipt of written notice of the claim to the Contractor from either the City or the claimant. The city shall proceed to give notice to the Contractor of any such claim. The use of explosives may be suspended by the Engineer if any complaint is received and such use shall not be- resumed until the cause of the complaint has .. been addressed. Whenever explosives are stored or kept, they shall be stored in a safe and secure manner and all storage places shall be plainly marked "DANGEROUS EXPLOSIVES" and shall be under the care of a competent watchman at all times. All vehicles in which explosives are being transported shall be plainly marked as ~ mentioned above and shall, insofar as possible, not use heavy traffic routes. C6-6.10 WORK WITHIN EASEMENTS: Where the work passes over, through, or into private property, the Owner will provide such right-of-way or easement privileges as the City may deem ,. necessary for the prosecution of the work. Any additional rights -of -way or work area considered necessary by the Contractor shall be provided by him at his own expense. Such r C6-6 (6) 00 additional rights -of -way or work area shall be acquired for the benefit of the City. The City shall be notified in writing of the rights so acquired before work begins in the affected area. The Contractor shall not enter upon private property for any purpose without having previously obtained permission from the owner of such property. The Contractor will not be allowed to store equipment or material on private property unless and until the specified approval of the property owner has been secured in writing by the Contractor, and a copy furnished to the Engineer. Unless specifically provided otherwise, the Contractor shall clear all rights -of -way or easements of obstructions, which must be removed to make possible proper prosecution of the work as a .• part of the project construction operations. The Contractor shall be responsible for the preservation of and shall use every precaution to prevent damage to all trees, shrubbery, plants, �. lawns, fences, culverts, curbing and all other types of structures or improvements, and to all water, sewer and gas lines, to all conduits, overhead pole lines, or appurtenances thereof, including the construction of temporary fences, and to all other public or private property along adjacent to the work. The Contractor shall notify the proper representatives of owners 4W or occupants of public or private lands or interest in lands which might be affected by the work. Such notice shall be made at least 48 hours in advance of the beginning of the work. Notices shall be applicable to both public and private utility companies or any corporation, company, individual, or other, either as owners or occupants whose land or interest in land might be affected by the work. The Contractor shall be responsible for all damage or injury to property of any character resulting from any act, omission, neglect, or �.- misconduct in the manner or method or execution of the work, or at any time due to defective work, material or equipment. When and where any direct or indirect damage or injury is done to public or private property on account of any act, omission, neglect, or misconduct in the execution of the work, or in consequence of the non -execution thereof on the part of the Contractor, he shall restore or have restored at his own cost and expense such property to a condition at least equal to that MP existing before such damage or injury was done, by repairing, rebuilding, or otherwise replacing and restoring as may be directed by the owner, or he shall make good such damages or injury in a manner acceptable to the owner of the property and the Engineer. C6-6 (7) .. All fences encountered and removed during construction of this .. project shall be restored to the original or a better than original condition upon completion of this project. When wire fencing, either wire mesh or barbed wire is to be crossed, the Contractor shall set cross braced posts on either side of permanent easement before the fence is cut. Should additional fence cuts be necessary, the Contractor shall provide cross .. braced posts at point of the proposed cut in addition to the cross braced posts provided at the permanent easements limits, before the fence is cut. .. Temporary fencing shall be erected in place of the fencing removed whenever the work is not in progress and when the site is vacated overnight, and/or at all times to prevent livestock 4M from entering the construction area. The cost for fence removal, temporary closures and replacement shall be subsidiary to the various items bid in the project proposal. Therefore, no "' separate payment shall be allowed for any service associated with this work. •• In case of failure on the part of the Contractor to restore such property to make good such damage or injury, the Owner may, upon 48-hour written notice under ordinary circumstances, and without notice when a nuisance or hazardous condition results, proceed to repair, rebuilt or otherwise restore such property as may be determined by the Owner to be necessary, and the cost thereby will be deducted from any monies due or to become due to the Contractor under this Contract. C6-6.11 INDEPENDENT CONTRACTOR: It is understood and agreed by the parties hereto that contractor shall perform all work and services hereunder as an independent contractor, and not as an officer, agent, servant or employee of the Owner. Contractor shall have exclusive control of and the exclusive right to control the details of all the work and services performed hereunder, and all persons performing same, and shall be solely .. responsible for the acts and omissions of its officers, agents, servants, employees, contractors, subcontractors, licensees invitees. The doctrine of respondent superior shall not apply .. as between Owner and Contractor, its officers, agents, employees, contractors and subcontractors, and nothing herein shall be construed as creating a partnership or joint enterprise ,., between Owner and Contractor. C6-6 (8) .. C6-6.12 CONTRACTOR'S RESPONSIBILITY FOR DAMAGE CLAIMS: Contractor covenants and agrees to indemnify City's engineer and architect, and their personnel at the project site for Contractor's sole negligence. In addition, Contractor covenants and agrees to indemnify, hold harmless and defend, at its own — expense, the Owner, its officers, servants and employees, from and against any and all claims or suits for property loss, property damage, personal injury, including death, arising out r of, or alleged to arise out of, the work and services to be performed hereunder by Contractor, its officers, agents, employees, subcontractors, licensees or invitees, whether or not any such injury, damage or death is caused, in whole or in part, by the negligence or alleged negligence of Owner, its officers, servants, or employees. Contractor likewise covenants and agrees to indemnify and hold harmless the Owner from and against any and all injuries to Owner's officers, servants and employees and any damage, loss or destruction to property of the Owner arising from the performance of any of the terms and conditions .� of this Contract, whether or not any such injury or damage is caused in whole or in part by the negligence or alleged negligence of owner, its officers, servants or employees. In the event Owner receives a written claim for damages against the Contractor or its subcontractors prior to final payment, .. final payment shall not be made until Contractor either (a) submits to Owner satisfactory evidence that the claim has been settled and/or a release from the claimant involved, or (b) provides Owner with a letter from Contractor's liability insurance carrier that the claim has been referred to the insurance carrier. The Director may, if he deems it appropriate, refuse to accept bids on other City of Fort Worth public work from a Contractor against whom a claim for damages is outstanding as a result of work performed under a City Contract. C6-6.13 CONTRACTOR'S CLAIM FOR DAMAGES: Should the Contractor claim compensation for any alleged damage by reason of the acts or omissions of the Owner, he shall within three days after the actual sustaining of such alleged damage, make a written — statement to the Engineer, setting out in detail the nature of the alleged damage, and on or before the 25th day of the month succeeding that in which any such damage is claimed to have been �- sustained, the Contractor shall file with the Engineer an itemized statement of the details and amount of such alleged C6-6 (9) .r No damage and, upon request, shall give the Engineer access to all books of account, receipts, vouchers, bills of lading, and other .. books or papers containing any evidence as to the amount of such alleged damage. Unless such statements shall be filed as herein required, the Contractor's claim for compensation shall be waived, and he shall not be entitled to payment on account of such damages. _ C6-6.14 ADJUSTMENT OR RELOCATION OF PUBLIC UTILITIES, ETC: In case it is necessary to change, move, or alter in any manner the property of a public utility or others, the said property shall not be moved or interfered with until orders thereupon have been issued by the Engineer. The right is reserved to the owners of public utilities to enter the geographical limits of the Contract for the purpose of making such changes or repairs to their property that may be necessary by the performance of this contract. C6-6.15 TEMPORARY SEWER AND DRAIN CONNECTIONS: When existing sewer lines have to be taken up or removed, the Contractor shall, at his own expense and cost, provide and maintain r temporary outlets and connections for all private or public drains and sewers. The Contractor shall also take care of all sewage and drainage, which will be received from these drains .. and sewers, and for this purpose he shall provide and maintain, at his own cost and expense, adequate pumping facilities and temporary outlets or diversions. The Contractor, at his own cost and expense, shall construct such troughs, pipes, or other structures necessary, and be prepared at all times to dispose of drainage and sewage received from these temporary connections until such times as the permanent connections are built and are in service. The existing sewers and connections shall be kept in service and maintained under the Contract, except when specified or ordered to be abandoned by the Engineer. All water, sewage, and other waste shall be disposed of in a satisfactory manner so that no nuisance is created and so that the work under construction will be adequately protected. .. C6-6.16 ARRANGEMENT AND CHARGES FOR WATER FURNISHED BY THE CITY: When the Contractor desires to use City water in connection with any construction work, he shall make complete and satisfactory arrangements with the Fort Worth City Water Department for so doing. W C6-6 (10) 4W .. City water furnished to the Contractor shall be delivered to the Contractor from a connection on an existing City main. All piping required beyond the point of delivery shall be installed by the Contractor at his own expense. The Contractor's responsibility in the use of all existing fire hydrants and/or valves is detailed in Section E2-1.2 USE OF FIRE HYDRANTS AND VALVES in these General Contract Documents. When meters are used to measure the water, the charges, if any, for water will be at the regular established rates. When meters Are not used, the charges, if any, will be as prescribed by the City Ordinance, or where no ordinance applies, payment shall be made on estimates and rates established by the Director of the Fort Worth Water Department. C6-6.17 USE OF A SECTION OR PORTION OF THE WORK: Whenever, in the opinion of the Engineer, any section or portion of the work or any structure is in suitable condition, it may be put into use upon the written order of the Engineer, and such usage shall not be held to be in any way an acceptance of said work or .. structure or any part thereof- or as a waiver of any of the provisions of these Contract Documents. All necessary repairs and removals of any section of the work so put into use, due to defective materials or workmanship, equipment, or to deficient operations on the part of the Contractor, shall be preformed by the Contractor at his own expense. C6-6.18 CONTRACTOR'S RESPONSIBILITY FOR THE WORK: Until written acceptance by the Owner as provided for in these Contract Documents, the work shall be under the charge and care of the Contractor, and he shall take every necessary precaution to prevent injury or damage to the work or any part thereof by action of the elements or from any cause whatsoever, whether arising from the execution of non -execution of the work. The Contractor shall rebuild, repair, restore, and make good at his own expense all injuries or damage to any portion of the work occasioned by any of the causes herein. C6-6.19 NO WAIVER OF LEGAL RIGHTS: Inspection by the engineer or any order by the Owner by payment of money or any payment for or acceptance of any work, or any extension of time, or any possession taken by the City shall not operate as a waiver of any provision of the Contract Documents. Any waiver of any breach or Contract shall not be held to be a waiver of any other or subsequent breach. C6-6 (11) M M r The Owner reserves the right to correct any error that may be discovered in any estimate that may have been paid and to adjust the same to meet the requirements of the Contract Documents. C6-6.20 PERSONAL LIABILITY OF PUBLIC OFFICIALS: In carrying out the provisions of these Contract Documents or in exercising any power of authority granted thereunder, there shall be no liability upon the authorized representatives of the Owner, either personally or otherwise as they are agents and representatives of the City. VM C6-6.21 STATE SALES TAX: On a contract awarded by the City of Fort Worth, an organization which qualifies for exemption pursuant to the provisions of Article 20.04 (H) of the Texas we Limited Sales, Excise, and Use Tax Act, the Contractor may purchase, rent or lease all materials, supplies and equipment used or consumed in the performance of this contract by issuing to his supplier an exemption certificate in lieu of the tax, said exemption certificate to comply with State Comptroller's Ruling .007. Any such exemption certificate issued by the Contractor in lieu of the tax shall be subject to and shall comply with the provisions of State Comptroller's Ruling .011, and any other applicable State Comptroller rulings pertaining to r the Texas Limited Sales, Excise, and Use Tax Act. On a contract awarded by a developer for the construction of a r publicly -owned improvement in a street right-of-way or other easement which has been dedicated to the public and the City of Fort Worth, an organization which qualifies for exemption _ pursuant to the provisions 'of Article 20.04 (H) of the Texas limited Sales, Excise, and Use Tax Act, the Contractor can probably be exempted in the same manner stated above. Limited Sale, Excise and Use Tax permits and information can be obtained from: M Comptroller of Public Accounts Sale Tax Division Capitol Station Austin, TX r F7j wr C6-6 (12) MM PART C-GENERAL CONDITIONS C7-7 PROSECUTION AND PROGRESS SECTION C7-7 PROSECUTION AND PROGRESS C7-7.1 SUBLETTING: The Contractor shall perform with his own organization, and with the assistance of workmen under his immediate superintendence, work of a value of not less than .. fifty (50%) percent of the value embraced in the contract. If the Contractor sublets any part of the work to be done under these Contract Documents, he will not under any circumstances be .� relieved of the responsibility and obligation assumed under these Contract Documents. All transactions of the Engineer will be with the Contractor. Subcontractors will be considered only in the capacity of employees or workmen of the Contractor and shall be subject to the same requirements regarding character and competency. The Owner will not recognize any subcontractor on the work. The Contractor shall at all times, when the work is in operation, be represented either in person or by a superintendent, or other designated representative. C7-7.2 ASSIGNMENT OF CONTRACT: The Contractor shall not assign, transfer, sublet, convey, or otherwise dispose of the contract or his rights, title, or interest in or to the same or any part .. thereof without the previous consent of the Owner expressed by resolution of the City Council and concurred in by the Sureties. If the Contractor does, without such previous consent, assign, transfer, sublet, convey, or otherwise dispose of the contract or his right, title, or interest therein or any part thereof, to any person or persons, partnership, company, firm or corporation, or does by bankruptcy, voluntary or involuntary, or by assignment under the insolvency laws of any state, attempt to dispose of the contract may, at the option of the Owner be revoked and annulled, unless the Sureties shall successfully complete said contract, and in the event of any such revocation or annulment, any monies due or to become due under or by virtue of said contract shall be retained by the Owner as liquidated damages for the reason that it would be impracticable and extremely difficult to fix the actual damages. No C7-7.3 PROSECUTION OF THE WORK: Prior to beginning any construction operation, the Contractor shall submit to the �- Engineer in five or more copies, if requested by the Engineer, a progress schedule preferably in chart or diagram form, or a C7-7 (1) .. .r brief outlining in detail and step by step the manner of prosecuting the work and ordering materials and equipment which he expects to follow in order to complete the project in the scheduled time. There shall also be submitted a table of estimated amounts to be earned by the Contractor during each monthly estimate period. The Contractor shall commence the work to be performed under this contract within the time limit stated in these Contract r Documents and shall conduct the work in a continuous manner and with sufficient equipment, materials, and labor as is necessary to insure its completion within the time limit. no The sequence requested of all construction operations shall be at all times as specified in the Special Contract Documents. no Any deviation from such sequencing shall be submitted to the Engineer for his approval. Contractor shall not proceed with any deviation until he has received written approval from the wo Engineer. Such specification or approval by the Engineer shall not relieve the Contractor from the full responsibility of the complete performance of the Contract. no The contract time may be changed only as set forth in Section C7-7.8 "Extension of Time of Completion" of this Agreement, and ow a progress schedule shall not constitute a change in the contract time. _ C7-7.4 LIMITATIONS OF OPERATIONS: The working operations shall at all times be conducted by the Contractor to create a minimum amount of inconvenience to the public. At any time when, in the judgment of the Engineer, the Contractor has obstructed or r closed or is carrying on operations in a portion of a street or public way greater than is necessary for the proper execution of the work, the Engineer may require the Contractor to finish the section on which operations are in progress before the work is commenced on any additional section or street. low C7-7.5 CHARACTER OR WORKMEN AND EQUIPMENT: Local labor shall be used by the Contractor when it is available. The Contractor may bring in from outside the City of Fort Worth his key men and his .. superintendent. All other workmen, including equipment operators, may be imported only after the local supply is exhausted. The Contractor shall employ only such superintendents, foremen, and workmen who are careful, competent, and fully qualified to perform the duties or tasks assigned to them, and the Engineer may demand and secure the no r C7-7 (2) summary dismissal of any person or persons employed by the Contractor in or about or on the work who, in the opinion of the Owner, shall misconduct himself or be found to be incompetent, disrespectful, intemperate, dishonest, or otherwise objectionable or neglectful in the proper performance of his or their duties, or who neglects or refuses to comply with or carry ■� out the directions of the Owner, and such person or persons shall not be employed again thereon without written consent of the Engineer. All workmen shall have sufficient skill, ability, and experience to properly perform the work assigned to them and operate any equipment necessary to properly carry out the performance of the assigned duties. The Contractor shall furnish and maintain on the work all such equipment as is considered to be necessary for prosecution of the work in an acceptable manner and at a satisfactory rate of progress. All equipment, tools, and machinery used for handling .. materials and executing any part of the work shall be subject to the approval of the Engineer and shall be maintained in a satisfactory, safe and efficient working condition. Equipment on any portion of the work shall be such that no injury to the work, workmen or adjacent property will result from its use. C7-7.6 WORK SCHEDULE: Elapsed working days shall be computed starting with the first day of work completed as defined in C1- 1.23 "WORKING DAY" or the date stipulated in the "WORK ORDER" •• for beginning work, whichever comes first. Nothing in these Contract Documents shall be construed as ,.. prohibiting the Contractor from working on Saturday, Sunday or Legal Holidays, providing that the following requirements are met: a. A request to work on a specific Saturday, Sunday or Legal Holiday must be made to the Engineer no later than the Thursday preceding. b. Any work to be done on the project on such a specific Saturday, Sunday or Legal Holiday must be, in the opinion of the Engineer, essential to the timely completion of the project. The Engineer's decision shall be final in response to such a request for approval to work on a specific Saturday, Sunday or C7-7 (3) '� so Legal Holiday, and no extra compensation shall be allowed to the Contractor for any work performed on such a specific Saturday, .r Sunday or Legal Holiday. Calendar Days shall be defined in C1-1.24 and the Contractor may work as he so desires. C7-7.7 TIME OF COMMENCEMENT AND COMPLETION: The Contractor _ shall commence the working operations within the time specified in the Contract Documents and set forth in the Work Order. Failure to do so shall be considered by the Owner as abandonment of the Contract by the Contractor and the Owner may proceed as 406 he sees fit. The Contractor shall maintain a rate of progress such as will insure that the whole work will be performed and the premises cleaned up in -accordance with the Contract Documents and within the time established in such documents and such extension of time as may be properly authorized by the Owner. C7-7.8 EXTENSION OF TIME COMPLETION: The Contractor's request for an extension of time of completion shall be considered only when the request for such extension is submitted in writing to the Engineer within seven days from and after the time alleged cause of delay shall have occurred. Should an extension of the time of completion be requested such request will be forwarded to the City Council for approval. Im In adjusting the contract time for completion of work, consideration will be given to unforeseeable causes beyond the control of and without the fault or negligence of the no Contractor, including but limited to acts of the public enemy, acts of the Owner, fire, flood, tornadoes, epidemics, quarantine restrictions, strikes, freight embargoes, or delays of sub - MP contractors due to such causes. When the date of completion is based on a calendar day bid, a request for extension of time because of inclement weather will not be considered. A request for extension of time due to inability to obtain supplies and materials will be considered .r only when a review of the Contractor's purchase order dates and other pertinent data as requested by the Engineer indicates that the contractor has made a bona fide attempt to secure delivery ,! on schedule. This shall include efforts to obtain the supplies and materials from alternate sources in case the first source cannot make delivery. C7-7 (4) If satisfactory execution and completion of the contract should require work and materials in greater amounts or quantities than those set forth in the approved Contract Documents, then the contract time may be increased by Change Order. C7-7.9 DELAYS: The Contractor shall receive no compensation for delays or hindrances to the work, except when direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide information or material, if any, which is to be furnished by the City. When such extra compensation is claimed, a written statement thereof shall be presented by the Contractor to the Engineer and if by him found correct, shall be approved and referred by him to the Council for final approval or disapproval; and the action thereon by the Council shall be final and binding. If delay is caused by specific orders given by the Engineers to stop work, or by the performance of extra work, or by the failure of the City to provide material or necessary instructions for carrying on the work, then such delay will entitle the Contractor to an equivalent extension of time, his application for which shall, however, be subject to the approval of the City Council; and no such extension of time shall release the Contractor or the surety on his performance bond from all his obligations hereunder which shall remain in full force until the discharge of the contract. C7-7.10 TIME OF COMPLETION: The time of completion is an essential element of the contract. Each bidder shall indicate in the appropriate place on the last page of the Proposal the number of working days or calendar days that he will require to fully complete this contract or the time of completion will be specified by the City in the Proposal section of the contract documents. The number of days indicated shall be a realistic estimate of the time required to complete the work covered by the specific contract being bid upon. The amount of time so stated by the successful bidder or the City will become the time of completion specified in the Contract Documents. For each calendar day that any work shall remain uncompleted after the time specified in the Contract Documents, or the increased time granted by the Owner, or as automatically increased by additional work or materials ordered after the contract is signed, the sum per day given in the following C7-7 (5) on .. No r No schedule, unless otherwise specified in other parts of the Contract Documents, will be deducted from monies due the .i Contractor, not as a penalty, but as liquidated damages suffered by the Owner. AMOUNT OF CONTRACT DAMAGES LIQUIDATED M Less than $5,000 $35.00 $5,001 to 1.5,000 45.00 5,001 to 25,000 63.00 25,001 to 50,000 105.00 50,001 to 100,000 154.00 100,001 to 500,000 210.00 500,001 to 1,000,000 315.00 1,000,001 to 2,000,000 420.00 2,000,001 and over 630.00 The parties hereto understand and agree that any harm to the City caused by the Contractor's delay in completing the work hereunder in the time specified by the Contract Documents would be impossible or very difficult to accurately estimate, and that the "Amount of Liquidated Damages Per Day", as set out above, is a reasonable forecast of just compensation due the City for harm caused by any delay. C7-7.11 SUSPENSION BY COURT ORDER: The Contractor shall suspend operations on such part or parts of the work ordered by any Court, and will not be entitled to additional compensation by virtue of such Court Order. Neither will he be liable to the City in the event the work is suspended by a Court Order. Neither will the Owner be liable to the Contractor by virtue of any Court Order or action for which the Owner is not solely responsible. C7-7.12 TEMPORARY SUSPENSION: The Owner shall have the right to suspend the work operation wholly or in part for such period or periods of time as he may deem necessary due to unsuitable weather conditions or any other unfavorable conditions which in the opinion of the Owner or Engineer cause further prosecution of the work to be unsatisfactory or detrimental to the interest of the project. During temporary suspension of work covered by this contract, for any reason, the Owner will make no extra payment for stand-by time of construction equipment and/or construction crews. C7-7 (6) N" If it should become necessary to suspend work for an indefinite period, the Contractor shall store all materials in such manner that they will not obstruct or impede the public unnecessarily -- nor become damaged in any way, and he shall take every precaution to prevent damage or deterioration of the work performed; he shall provide suitable drainage about the work, and erect temporary structures where necessary. Should the Contractor not be able to complete a portion of the project due to causes beyond the control of and without the fault or negligence of, the Contractor as set forth in Paragraph C7-7.8 EXTENSION OF THE TIME OF COMPLETION, and should it be determined by mutual consent of the Contractor and the Engineer that a solution to allow construction to proceed is not ,. available within a reasonable period of time, then the Contractor may be reimbursed for the cost of moving his equipment off the job and returning the necessary equipment to the job when it is determined by the Engineer that construction may be resumed. Such reimbursement shall be based on actual cost to the Contractor of moving the equipment and no profit will be allowed. No reimbursement shall be allowed if the equipment is moved to another construction project for the City of Fort Worth. The Contractor shall not suspend work without written notice from the Engineer and shall proceed with the work operations r. promptly when notified by the Engineer to so resume operations. C7-7.13 TERMINATION OF CONTRACT DUE TO NATIONAL EMERGENCY: Whenever, because of National Emergency so declared by the President of the United States, or other lawful authority, it becomes impossible for the Contractor to obtain all of the necessary labor, materials, and equipment for the prosecution of the work with reasonable continuity for a period of two months, the Contractor shall, within seven days, notify the City in writing giving a detailed statement of the efforts which have been made and listing all necessary items of labor, materials, and equipment not obtainable. If, after investigation, the Owner finds that such conditions exist and that the inability of the Contractor to proceed is not attributable in whole or in part to the fault or neglect of the Contractor, then if the Owner cannot after reasonable effort assist the Contractor in procuring and making available the necessary labor, materials and equipment within thirty days, the Contractor may request the C7-7 (7) M Owner to terminate the contract and the Owner may comply with the request, and the termination shall be conditioned and based .. upon a final settlement mutually acceptable to both the Owner and the Contractor and final payment shall be made in accordance with the terms of the agreed settlement, which shall include, but not be limited to, the payment for all work executed but no anticipated profits on work which has not been performed. C7-7.14 SUSPENSION OR ABANDONMENT OF THE WORK AND ANNULMENT OF Mr CONTRACT: The work operations on all or any portion or section of the work under Contract shall be suspended immediately on written order of the Engineer or the Contract may be declared ' cancelled by the City Council for any good and sufficient cause. The following, by way of example, but not of limitation, may be considered grounds for suspension or cancellation: a. Failure of the Contractor to commence work operations within the time specified in the Work Order issued by the Owner. b. Substantial evidence that progress of the work .. operations by Contractor is insufficient to complete the work within the specified time. 4W C. Failure of the Contractor to provide and maintain sufficient labor and equipment to properly execute the working operations. Now d. Substantial evidence that the Contractor has abandoned the work. .. e. Substantial evidence that the Contractor has become insolvent or bankrupt, or otherwise financially unable to carry on the work satisfactorily. w f. Failure on the part of the Contractor to observe any requirements of the Contract Documents or to comply with any orders given by the Engineer or Owner provided for in these Contract Documents. .. g. Failure of the Contractor to promptly make good any defect in materials or workmanship, or any defects of any nature the correction of which has been directed in writing by the Engineer or the Owner. C7-7 (8) h. Substantial evidence of collusion for the purpose of illegally procuring a contract or perpetrating fraud on the City in the construction of work under contract. i. A substantial indication that the Contractor has made an unauthorized assignment of the contract or any funds due therefrom for the benefit of any creditor or UN for any other purpose. j. If the Contractor shall, for any cause whatsoever, .o fail to carry on the working operation in an acceptable manner. k. If the Contractor commences legal action against the Owner. A copy of the suspension order or action of the City Council .. shall be served on the Contractor's Sureties. When work is suspended for any cause or causes, or when the contract is cancelled, the Contractor shall discontinue the work or such part thereof as the Owner shall designate, whereupon the Sureties may, at their option, assume the contract or that portion thereof which the Owner has ordered the Contractor to discontinue, and may perform the same or may, with the written consent of the Owner, sublet the work or that portion of the work as taken over, provided however, that the Sureties shall r exercise their option, if at all, within two weeks after the written notice to discontinue the work has been served upon consent of the Owner, sublet the work or that portion of the .. work as taken over, provided however, that the Sureties shall exercise their option, if at all, within two weeks after the written notice to discontinue the work has been served upon the Contractor and upon the Sureties or their authorized agents. The Sureties, in such event shall assume the Contractor's place in all respects, and shall be paid by the Owner for all work performed by them in accordance with the terms of the Contract WL Documents. All monies remaining due the Contractor at the time of this default shall thereupon become due and payable to the Sureties as the work progresses, subject to all of the terms of the Contract Documents. In case the Sureties do not, within the specified time, exercise their right and option to assume the contract responsibilities, or that portion thereof which the Owner has ordered the C7-7 (9) Contractor to discontinue, then the Owner shall have the power to complete, by contract or otherwise, as it may determine, the +�. work herein described or such part thereof as it may deem necessary, and the Contractor hereto agrees that the Owner shall have the right to take possession of and use any materials, ,.r plants, tools, equipment, supplies, and property of any kind provided by the Contractor for the purpose of carrying on the work and to procure other tools, equipment, materials, labor and property for the completion of the work, and to charge to the account of the Contractor of said contract expense for labor, materials, tools, equipment, and all expenses incidental a thereto. The expense so charged shall be deducted by the Owner from such monies as may be due or may become due at any time thereafter to the Contractor under and by virtue of the Contract or any part thereof. The Owner shall not be required to obtain the lowest bid for the work completing the contract, but the expense to be deducted shall be the actual cost of the owner of such work. In case such expenses shall exceed the amount which would have been payable under the contract if the same had been completed by the Contractor, then the Contractor and his Sureties shall pay the amount of such excess to the City on notice from the Owner of the excess due. When any particular part of the work is being carried on by the Owner by contract or otherwise under the provisions of this section, the Contractor shall continue the remainder of the work in conformity with the terms of the Contract Documents and in a manner that does not hinder or interfere with performance of the work by the Owner. _ C7-7.15 FULFILLMENT OF CONTRACT: The Contract will be considered as having been fulfilled, save as provided in any bond or bonds or by law, when all the work and all sections or parts of the project covered by the Contract Documents have been finished and completed, the final inspection made by the Engineer, and the final acceptance and final payment made by the Owner. C7-7.16 TERMINATION FOR CONVENIENCE OF THE OWNER: • A. NOTICE OF TERMINATION: The performance of the work under this contract may be terminated by the Owner in whole, or from time to time in part, in accordance with this section, whenever the Owner shall determine that such termination is in the best interest of the Owner. Any such termination shall be affected by C7-7 (10) no JW mailing a notice of termination to the Contractor specifying the extent to which performance of work under the contract is terminated, and the date upon which such termination becomes effective. Receipt of the notice shall be deemed conclusively presumed and established when the letter is placed in the United States Mail by the Owner. Further, it shall be deemed conclusively presumed and established that such termination is made with just cause as therein stated; and no proof in any claim, demand or suit shall be required of the Owner regarding such discretionary action. B. CONTRACTOR ACTION: After receipt of a notice of termination, and except as otherwise directed by the Engineer, the Contractor shall: 1. Stop work under the contract on the date and to the extent specified in the notice of termination; 2. Place no further orders or subcontracts for materials, services or facilities except as may be necessary for completion of such portion of the work under the contract as is not terminated; 3. Terminate all orders and subcontracts to the extent that they relate to the performance of work terminated by the not5ice of termination; 4. Transfer title to the Owner and deliver in the manner, at the times, and to the extent, if any, directed by the Engineer: a. the fabricated or unfabricated parts, work in process, completed work, supplies and other material produced as a part of, or acquired in connection with the performance of, the work terminated by the notice of termination; and b. the completed, or partially completed plans, drawings, information and other property which, if the contract had been completed, would have been required to be furnished to the Owner. 5. Complete performance of such part of the work as shall not have been terminated by the notice of termination; and C7-7 (11) rr 6. Take such action as may be necessary, or as the Engineer may direct, for the protection and .. preservation of the property related to its contract which is in the possession of the contractor and in which the Owner has or may .. acquire the rest. C. TERMINATION CLAIM: Within 60 days after notice of termination, the Contractor shall submit his termination claim to the Engineer in the form and with the certification prescribed by the Engineer. Unless one or more extensions in writing are granted by the Owner upon request of the Contractor, made in writing within such 60-day period or authorized extension thereof, any and all such claims shall be conclusively .. deemed waived. D. AMOUNTS: Subject to the provisions of Item C7-7.16 (C), the Contractor and Owner may agree upon the whole or any part of the amount or amounts to be paid to the contractor by reason of the total or partial +� termination of work pursuant hereto; provided, that such agreed amount or amounts shall never exceed the total contract price as reduced by the amount of ,,. payments otherwise made and as further reduced by the contract price of work not terminated. The contract shall be amended accordingly, and the Contractor shall be paid the agreed amount. No amount shall be due for lost or anticipated profits. Nothing in C7-7.16(E) hereafter, prescribing the amount to be paid to the Contractor in the event of failure of the Contractor by reason of the termination of work pursuant to this section, shall be deemed to limit, restrict or otherwise determine or affect the amount or amounts which may be agreed upon to be paid to the Contractor pursuant to this paragraph. a E . FAILURE TO AGREE: In the event of the failure of the Contractor and the Owner to agree as provided in C7- 7.16 (D) upon the whole amount to be paid to the �+ Contractor by reason of the termination of work pursuant to this section the Owner shall determine, on the basis of information available to it, the amount, .., if any, due to the Contractor by reason of the termination and shall pay to the Contractor the amounts determined. No amount shall be due for lost .. or anticipated profits. .r C7-7 (12) so F. DEDUCTIONS: In arriving at the amount due the contractor under this section, there shall be deducted (a) all unliquidated advance or other payments on account theretofore made to the Contractor, applicable to the terminated portion of this contract; (b) any i claim which the Owner may have against the Contractor in connection with this contract; and (c) the agreed price for, or the proceeds of sale of, any materials, PW supplies or other things kept by the Contractor or sold, pursuant to the provisions of this clause, and not otherwise recovered by or credited to the Owner. G. ADJUSTMENT: If the termination hereunder be partial, prior to the settlement of the terminated portion of this contract, the Contractor may file with the Engineer a request in writing for an equitable adjustment of the price or prices specified in the contract relating to the continued portion of the contract (the portion not terminated by the notice of termination), such equitable adjustment as may be agreed upon shall be made in such price or prices; nothing contained herein, however, shall limit cthe right of the Owner and the contractor to agree upon the amount or amounts to be paid to the Contractor for ' the completion of the continued portion of the contract when said contract does not contain an established contract price for such continued portion. ** H. NO LIMITATION OF RIGHTS: Nothing contained in this section shall limit or alter the rights which the Owner may have for termination of this contract under C7-7.14 hereof entitled "Suspension or Abandonment of the Work and Amendment of Contract" or any other right which Owner may have for default or breach of contract by Contractor. C7-7.17 SAFETY METHODS AND PRACTICES: The Contractor shall be responsible for initiating, maintaining, and supervising all safety precautions and programs in connection with the work at all times and shall assume all responsibilities for their enforcement. The Contractor shall comply with federal, state, and local laws, on ordinances, and regulations to protect person and property from injury, including death, or damage in connection with the work. C7-7 (13) ` M ow 4M PART C-GENERAL CONDITIONS C8-8 MEASUREMENT AND PAYMENT no SECTION C8-8 MEASUREMENT AND PAYMENT SECTION C8-8.1 MEASUREMENT OF QUANTITIES: The determination of quantities of work performed by the Contractor and authorized by �. the Contract Documents acceptably completed under the terms of the Contract Documents shall be made by the Engineer, based on measurements made by the Engineer. These measurements will be made according to the United States Standard Measurements used in common practice, and will be the actual length, area, solid contents, numbers, and weights of the materials and items installed. C8-8.2 UNIT PRICES: When in the Proposal a "Unit Price" is set forth, the said "Unit Price" shall include the furnishing by the ■` Contractor of all labor, tools, materials, machinery, equipment, appliances and appurtenances necessary for the construction of and the completion in a manner acceptable to the Engineer of all work to be done under these Contract Documents. The "Unit Price" shall include all permanent and temporary protection of overhead, surface, and underground structures, cleanup, finished overhead expense, bond, insurance, patent fees, royalties, risk due to the elements and other causes, .. delays, profits, injuries, damages claims, taxes, and all other items not specifically mentioned that may be required to fully construct each item of the work complete in place and in a satisfactory condition for operation. C8-8.3 LUMP SUM: When in the Proposal a "Lump Sum" is set forth, the said "Lump Sum" shall represent the total cost for 'W the Contractor to furnish all labor, tools, materials, machinery, equipment, appurtenances, and all subsidiary work necessary for the construction and completion of all the work to no provide a complete and functional item as detailed in the Special Contract Documents and/or Plans. .. C8-8.4 SCOPE OF PAYMENT: The Contractor shall receive and accept the compensation, as herein provided, in full payment for furnishing all labor, tools, materials, and incidentals for as performing all work contemplated and embraced under these Contract Documents, for all loss and damage arising out of the nature of the work or from the action of the elements, for any No aw C8-8 (1) aw bw am unforeseen defects or obstructions which may arise or be encountered during the prosecution of the work at any time before its final acceptance by the Owner, (except as provided in paragraph C5-5.14) for all risks of whatever description connected with the prosecution of the work, for all expense incurred by or in consequence of suspension or discontinuance of such prosecution of the working operations as herein specified, or any and all infringements of patents, trademarks, copyrights, or other legal reservations, and for completing the work in an acceptable manner according to the terms of the Contract Documents. The payment of any current or partial estimate prior to final acceptance of the work by the Owner shall in no way constitute an acknowledgment of the acceptance of the work, materials, or equipment, nor in any way prejudice or affect the obligations of the Contractor to repair, correct, renew, or replace at his own and proper expense any defects or imperfections in the construction or in the strength or quality of the material used or equipment or machinery furnished in or about the construction of the work under contract and its appurtenances, or any damage due or attributed to such defects, which defects, imperfection, or damage shall have been discovered on or before the final inspection and acceptance of work or during the one year guaranty period after final acceptance. The Owner shall be the sole judge of such defects, imperfections, or damage, and the Contractor shall be liable to the Owner for failure to correct the same as provided herein. C8 - 8 . 5 PARTIAL ESTIMATES AND RETAINAGE : Between the 1st and 5th day of each month the Contractor shall submit to the Engineer a .� statement showing an estimate of the value of the work done during the previous month, or estimate period, under the Contract Documents. Not later than the loth day of the month, the Engineer shall verify such estimate, and if it is found to be acceptable and the value of work performed since the last partial payment was made exceeds one hundred dollars ($100.00) in amount, 90% of such estimated sum will be paid to the Contractor if the total contract amount is less than $400,000, or 95% of such estimated sum will be paid to the Contractor if the total contract amount is $400,000 or greater, within twenty- five (25) days after the regular estimate period. The City, will have the option of preparing estimates on forms furnished by the City. The partial estimate may include acceptable nonperishable *' materials delivered to the work which are to be incorporated into the work as a permanent part thereof, but which at the time Ca-8 (2) ` bw ow of the estimate have not been installed. Such payment will be allowed on a basis of 850 of the net invoice value thereof. The Contractor shall furnish the Engineer such information as he may request to aid him as a guide in the verification or the preparation of partial estimates. It is understood that the partial estimate from month to month will be approximate only, and all partial monthly estimates and payment will be subject to correction in the estimate rendered following the discovery of an error in any previous estimate, and such estimate shall not, in any respect, be taken as an admission of the Owner of the amount of work done or of its quality of sufficiency, or as an acceptance of the work done or the release of the Contractor of any of his responsibilities under the Contract Documents. The City reserves the right to withhold the payment of any monthly estimate if the contractor fails to perform the work 'r strictly in accordance with the specifications or provisions of this contract. •. C8-8.6 WITHHOLDING PAYMENT: Payment on any estimate or estimates may be held in abeyance if the performance of the construction operations is not in accordance with the .� requirements of the Contract Documents. C8-8.7 FINAL ACCEPTANCE: Whenever the improvements provided for by the Contract Documents have been completed and all requirements of the Contract Documents have been fulfilled on the part of the Contractor, the Contractor shall notify the Engineer in writing that the improvements are ready for the i final inspection. The Engineer shall notify the appropriate officials of the Owner, who will within a reasonable time make such final inspection, and if the work is satisfactory, in an acceptable condition, and has been completed in accordance with the terms of the Contract Documents and all approved modifications thereof, the Engineer will initiate the processing of the final estimate and recommend final acceptance of the project and final payment therefor as outlined in C8-8.8 below. no C8-8.8 FINAL PAYMENT: Whenever all the improvements provided for by the Contract Documents and all approved modifications thereof shall have been completed and all requirements of the Contract Documents have been fulfilled on the part of the Contractor, a final estimate showing the value of the work will be prepared by the Engineer as soon as the necessary measurements, computations, and checks can be made. C8-8 (3) All prior estimates upon which payment has been made are subject to necessary corrections or revisions in the final payment. The amount of the final estimate, less previous payments and any sums that have been deducted or retained under the provisions of the Contract Documents, will be paid to the Contractor within 60 days after final acceptance by the Owner on a proper resolution of the City Council, provided the Contractor has furnished to the Owner satisfactory evidence of payment as follows: Prior to submission of the final estimate for payment, the Contractor shall execute an affidavit, as furnished by the City, certifying that all persons, firms, associations, corporations, or other organizations furnishing labor and/or materials have been paid in full, that the wage scale established by the City Council in the City_ of Fort Worth has been paid, and that there are no claims pending for personal injury and/or property damages. The acceptance by the Contractor of the last or final payment as aforesaid shall operate as and shall release the Owner from all claims or liabilities under the Contract for anything done or furnished or relating to the work under Contract Documents or any act or neglect of said City relating to or connected with the Contract. The making of the final payment by the Owner shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter. C8-8.9 ADEQUACY OF DESIGN: It is understood that the Owner believes it has employed competent Engineers and designers to prepare the Contract Documents and all modifications of the approved Contract Documents. It is, therefore, agreed that the Owner shall be responsible for the adequacy of its own design features, sufficiency of the Contract Documents, the safety of the structure, and the practicability of the operations of the completed project, provided the Contractor has complied with the requirements of the said Contract Documents, all approved modifications thereof, and additions and alterations thereto approved in writing by the Owner. The burden of proof of such compliance shall be upon the Contractor to show that he has complied with the said requirements of the Contract Documents, approved modifications thereof, and all approved additions and alterations thereto. C8-8 (4) ., No NOW .. i M ow ad C8-8.10 GENERAL GUARANTY: Neither the final certificate of .,. payment nor any provision in the Contract Documents nor partial or entire occupancy or use of the premises by the Owner shall constitute an acceptance of work not done in accordance with the Contract Documents or relieve the Contractor of liability in respect to any express warranties or responsibility for faulty materials or workmanship. The Contractor shall remedy any defects or damages in the work and pay for any damage to other work resulting therefrom which shall appear within a period of one year from the date of final acceptance of the work unless a longer period is specified and shall furnish a good and ' sufficient maintenance bond in the amount of 100 percent of the amount of the contract which shall assure the performance of the general guaranty as above outlined. The Owner will give notice of observed defects with reasonable promptness. C8-8.11 SUBSIDIARY WORK: Any and all work specifically governed a+ by documentary requirements for the project, such as conditions imposed by the Plans, the General Contract Documents or these Special Contract Documents, in which no specific item for bid as has been provided for in the Proposal, shall be considered as a subsidiary item of work, the cost of which shall be included in the price bid in the Proposal, for each bid item. Surface ,W restoration, rock excavation and cleanup are general items of work which fall in the category of subsidiary work. C8-8.12 MISCELLANEOUS PLACEMENT OF MATERIAL: Material may be allocated under various bid items in the Proposal to establish unit prices for miscellaneous placement of material. These materials shall be used only when directed by the Engineer, depending on field conditions. Payment for miscellaneous placement of material will be made for only that amount of material used, measured to the nearest one -tenth unit. Payment for miscellaneous placement of material shall be in accordance with the General Contract Documents regardless of the actual amount used for the project. C8-8.13 RECORD DOCUMENTS: Contractor shall keep on record a copy of all specifications, plans, addenda, modifications, shop drawings and, samples at the site, in good order and annotated to show all changes made during the construction process. These shall be delivered to Engineer upon completion of the work. EW 71 .. No SECTION Cl: SUPPLEMENTARY CONDITIONS TO PART C - GENERAL CONDITIONS A. General These Supplementary Conditions amend or supplement the General Conditions of the Contract and other provisions of the Contract Documents as indicated below. Provisions which are not so amended or supplemented remain in full force and affect. B. C8-8.5 PARTIAL ESTIMATES AND RETAINAGE: Page C8-8 (2), should be deleted in its entirety and replaced with the following: Partial pay estimates shall be submitted by the Contractor or prepared by the City on the 5th day and 20th day of each month that the work is in progress. The estimate shall be proceeded by the City on the I Oth day and 25th day respectively. Estimates will be paid within 25 days following the end of the estimate period, less the appropriate retainage as set out below. Partial pay estimates may include acceptable nonperishable materials delivered to the work place which are to be incorporated into the work as a permanent part thereof; but which at the time of the pay estimate have not been so installed. If such materials are included within a pay estimate, payment shall be based upon 85% of the net voice value thereof. The Contractor will furnish the Engineer such information as may be reasonably requested to aid in the verification or the preparation of the pay estimate. For contracts of less than $400,000 at the time of execution, retainage shall be ten per cent aw (10%). For contracts of $400,000 or more at the time of execution, retainage shall be five percent (5%). Contractor shall pay subcontractors in accord with the subcontract agreement within five (5) business days after receipt by Contractor of the payment by City. Contractor's failure to make the required payments to subcontractors will authorize the City to withhold future payments from the Contractor until compliance with this paragraph is accomplished. It is understood that the partial pay estimates will be approximate only, and all partial pay estimates and payment of same will be subject to correction in the estimate rendered following the discovery of the mistake in any previous estimate. Partial payment by Owner for the amount of work done or of its quality or sufficiency or acceptance of the work done; shall not release the Contractor of any of its responsibilities under the Contract Documents. r The City reserves the right to withhold the payment of any partial estimate if the Contractor fails to perform the work in strict accordance with the specifications or other _ provisions of this contract. C. Part C - General Conditions: Paragraph C3-3.1 I of the General Conditions is deleted and replaced with D-3 of Part D - Special Conditions. s D. C3-3.11 INSURANCE: Page C3-3 (6): Delete subparagraph "g. LOCAL AGENT FOR INSURANCE AND BONDING" Revised Pg. 1 .. 10/24/02 E. C6-6.12 CONTRACTOR'S RESPONSIBLITY FOR DAMAGE CLAIMS: Page C6-6 (8), is deleted in its entirety and replaced with the following: Contractor covenants and agrees to indemnify City's engineer and architect, and their personnel at the project site for Contractor's sole negligence. In addition, Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the .. Owner, its officers, servants and employees, from and against any and all claims or suits for property loss, property damage, personal injury, including death, arising out of or alleged to arise out of, the work and services to be performed hereunder by Contractor, its officers, agents, employees, subcontractors, licensees or invitees, whether or not anv such iniurv. damaee or death is caused, in whole or in part, by the neelieence or alleeed neelieence of Owner. its officers. servants, or emplovees. Contractor likewise covenants and agrees to indemnify and hold harmless the Owner from and against any and all injuries to Owner's officers, servants and employees and any damage, loss or destruction to property of the Owner arising from the performance of any of the terms and conditions of this Contract, whether or not anv such iniury or damage is caused in whole or in part by the neelieence or alleeed neelieence of Owner, its officers, servants or emplovees. In the event Owner receives a written claim for damages against the Contractor or its subcontractors prior to final payment, final payment shall not be made until Contractor either (a) submits to Owner satisfactory evidence that the claim has been settled and/or a release from the claimant involved, or (b) provides Owner with a letter from Contractor's liability insurance carrier that the claim has been referred to the insurance carrier. The Director may, if he deems it appropriate, refuse to accept bids on other City of Fort Worth public work from a Contractor against whom a claim for damages is outstanding as a result of work performed under a City Contract. F. INCREASED OR DECREASED OUANTITIES: Part C - General Conditions, Section C4-4 SCOPE OF WORK, Page C 4-4 (1), revise paragraph C4-4.3 INCREASED OR DECREASED QUANTITIES to read as follows: The Owner reserves the right to alter the quantities of the work to be performed or to extend or shorten the improvements at any time when and as found to be necessary, and the Contractor shall perform the work as altered, increased or decreased at the unit prices as established in the contract documents. No allowance will be made for any changes in lost or anticipated profits nor shall such changes be considered as waiving or invalidating any conditions or provisions of the Contract Documents. Variations in quantities of sanitary sewer pipes in depth categories shall be interpreted herein as applying to the overall quantities of sanitary sewer pipe in each pipe size but not to the various depth categories. G. C3-3.11 INSURANCE: Page C3-3 (7): Add subparagraph "h. ADDITIONAL Revised Pg. 2 10/24/02 INSURANCE REOUIREMENTS" a. The City, its officers, employees and servants shall be endorsed as an additional insured on Contractor's insurance policies excepting employer's liability insurance coverage under Contractor's workers' compensation insurance policy. b. Certificates of insurance shall be delivered to the City of Fort Worth, contract administrator in the respective department as specified in the bid documents, 1000 Throckmorton Street, Fort Worth, TX 76102, prior to commencement of work on the contracted project. c. Any failure on part of the City to request required insurance documentation shall not '~ constitute a waiver of the insurance requirements specified herein. d. Each insurance policy shall be endorsed to provide the City a minimum thirty days notice of cancellation, non -renewal, and/or material change in policy terms or coverage. A ten days notice shall be acceptable in the event of non-payment of premium. am e. Insurers must be authorized to do business in the State of Texas and have a current A.M. Best rating of A: VII or equivalent measure of financial strength and solvency. f. Deductible limits, or self -funded retention limits, on each policy must not exceed $10,000.00 per occurrence unless otherwise approved by the City. .r g. Other than worker's compensation insurance, in lieu of traditional insurance, City may consider alternative coverage or risk treatment measures through insurance pools or risk retention groups. The City must approve in writing any alternative coverage. h. Workers' compensation insurance policy(s) covering employees employed on the a project shall be endorsed with a waiver of subrogation providing rights of recovery in favor of the City. i. City shall not be responsible for the direct payment of insurance premium costs for contractor's insurance. j. Contractor's insurance policies shall each be endorsed to provide that such insurance is primary protection and any self -funded or commercial coverage maintained by City shall not be called upon to contribute to loss recovery. k. In the course of the project, Contractor shall report, in a timely manner, to City's officially designated contract administrator any known loss occurrence which could give rise to a liability claim or lawsuit or which could result in a property loss. 1. Contractor's liability shall not be limited to the specified amounts of insurance required herein. Revised Pg. 3 aw 10/24/02 .. MW in. Upon the request of City, Contractor shall provide complete copies of all insurance obd policies required by these contract documents. H. C8-8.4 SCOPE OF PAYMENT: Delete C8-8.4, Scope of Payment at page C8-8(1) is deleted in its entirety and replaced with the following: The Contractor shall receive and accept the compensation as herein provided, in full payment for finnishing all labor, tools, materials, and incidentals for performing all work contemplated and embraced under these Contract Documents, for all loss and damage arising out of the nature of the work or from the action of the elements, for any unforeseen defects or obstructions which may arise or be encountered during the prosecution which may arise or be encountered during the prosecution of the work at any time before its final acceptance by the Owner, (except as provided in paragraph C5-5.14) for all risks of whatever description connected with the prosecution of the work, for all expenses incurred by or in consequence of the suspension or discontinuance of such prosecution of the working operations as herein specified, or any and all infringements of patents, trademarks, copyrights, or other legal reservations, and for completing the work in an acceptable manner according to the terms of the Contract Documents. The payment of any current or partial estimate prior to the final acceptance of the work by the Owner shall in no way constitute an acknowledgment of the acceptance of the work, materials, or equipment, nor in any way prejudice or affect the obligations of the Contractor to repair, correct, renew, or replace at his own and proper expense any defects or imperfections in the construction or in the strength or quality of the material used or equipment or machinery furnished in or about the construction of the work under contract and its appurtenances, or any damage due or attributed to such defects, which defects, imperfections, or damage shall have been discovered on or before the final inspection and acceptance of the work or during the two (2) year guaranty period after the final acceptance. The Owner shall be the sole judge of such defects, imperfections, or damage, and the Contractor shall be liable to the Owner for failure to correct the same as provided herein. C8-8.10 GENERAL GUARANTY: Delete C8-8.10, General Guaranty at page C8-8(4) is deleted in its entirety and replaced with the following: Neither the final certificate of payment nor any provision in the Contract Documents, nor partial or entire occupancy or use of the premises by the Owner shall constitute an acceptance of work not done in accordance with the Contract Documents or relieve the Contractor of liability in respect to any express warranties or responsibility for faulty materials or workmanship. The Contractor shall remedy any defects or damages in the work and pay for any damage to other work or property resulting therefrom which shall appear within a period of two (2) years from the date of final 40 acceptance of the work unless a longer period is specified and shall furnish a good and sufficient maintenance bond in the amount of 100 percent of the amount of the contract which shall assure the performance of the general guaranty as above outlined. The Owner will give notice of observed defects with reasonable promptness. Revised Pg. 4 10/24/02 M ow .. Any reference to any shorter period of time of warranty contained elsewhere within the specifications shall be resolved in favor of this specifications, it being the City's intent that the Contractor guarantee its work for a period of two (2) years following the date of acceptance of the project. In the Special Instructions to Bidders, TPW contracts place the following in lieu of the existing paragraph 2. J. Part C - General Conditions, Section C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL. Page C2-2 (4) exchange paragraphs C2-2.7, C2-2.8 and C2-2.9 with the r following: C2-2.7 DELIVERY OF PROPOSAL: No proposal will be considered unless it is delivered, accompanied by its proper Bid Security, to the Purchasing Manager or his representative at the official location and stated time set forth in the "Notice to Bidders." It is the Bidder's sole responsibility to deliver the proposal at the proper time to the proper place. The mere fact that a proposal was dispatched will not be considered. The Bidders am must have the proposal actually delivered. Each proposal shall be in a sealed envelope plainly marked with the word "PROPOSAL," and the name or description of the project as no designated in the "Notice to Bidders." The envelope shall be addressed to the Purchasing Manager, City of Fort Worth Purchasing Division, P.O. Box 17027, Fort Worth, Texas 76102. aw C2-2.8 WITHDRAWING PROPOSALS: Proposals actually filed with the Purchasing Manager cannot be withdrawn prior to the time set for opening proposals. A request for non -consideration of a proposal must be made in writing, addressed to the City Manager, and filed with him prior to the time set for the opening of proposals. After all proposals not requested for non -consideration are opened and publicly read aloud, the proposals for which non -consideration requests have been properly filed may, at the option of the Owner, be returned unopened. C2-2.9 TELEGRAPHIC MODIFICATION OF PROPOSALS: Any bidder may modify no his proposal by telegraphic communication at any time prior to the time set for opening proposals, provided such telegraphic communication is received by the Purchasing Manager prior to the said proposal opening time, and provided further, that the City aw Manager is satisfied that a written and duly authenticated confirmation of such telegraphic communication over the signature of the bidder was mailed prior to the proposal opening time. If such confirmation is not received within forty-eight (48) hours after the proposal "' opening time, no further consideration will be given to the proposal K. C3-3.7 BONDS (CITY LET PROJECTS): Reference Part C, General Conditions, dated .. November 1, 1987; (City let projects) make the following revisions: 1. Page C3-3(3); the paragraph after paragraph C3-3.7d Other Bonds should be revised to MW read: Revised Pg. 5 ■. 10/24/02 no bw In order for a surety to be acceptable to the City, the surety must (1) hold a certificate of authority from the United States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law; or (2) have obtained reinsurance for any liability in excess of $100,000 from a reinsurer that is authorized and admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law. Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City, in its sole discretion, will determine the adequacy of the proof required herein. 2. Pg. C3-3(5) Paragraph C3-3.11 INSURANCE delete subparagraph "a. COMPENSATION INSURANCE". 3. Pg. C3-3(6), Paragraph C3-3.11 INSURANCE delete subparagraph "g. LOCAL i AGENT FOR INSURANCE AND BONDING". am L. RIGHT TO AUDIT: Part C - General Conditions, Section C8-8 MEASUREMENT AND PAYMENT, Page C8-8 (5), add the following: C8-8.14 RIGHT TO AUDIT: (a) Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of the Contractor involving transactions relating to this contract. Contractor agrees that the City shall have access during normal working hours to all necessary Contractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this section. The City shall give contractor reasonable advance notice of intended audits. (b) Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration of three (3) years after final payment under the subcontract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of such subcontractor, involving transactions to the subcontract, and further, that City shall have access during normal working hours to all subcontractor facilities, and shall be provided adequate and appropriate work space, in order to conduct audits in compliance with the provisions of this article. City shall give subcontractor reasonable advance notice of intended audits. ' (c) Contractor and subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse the Contractor for the cost of copies #" as follows: 1. 50 copies and under - 10 cents per page bw Revised Pg. 6 10/24/02 W sw .. 2, More than 50 copies - 85 cents for the first page plus fifteen cents for each page thereafter no M. SITE PREPARATION: The Contractor shall clear rights -of -way or easements of obstruction which must be removed to make possible proper prosecution of the work as a part of this project •• construction operations. The contractor's attention is directed to paragraph C6-6.10 work within easements, page C6-6(4), part C - General Conditions of the Water Department General Contract Document and General Specifications. Clearing and restoration shall be considered as incidental to construction and all costs incurred will be considered to be included in the Linear Foot price of the pipe. N. Reference Part C - General Conditions, Section C6-6.8 BARRICADES. WARNINGS ,w AND WATCHMEN: 1. Wherever the word Watchmen appears in this paragraph, it shall be changed to the word flagmen. 2. In the first paragraph, lines five (5) and six (6), change the phrase take all such other i precautionary measures to take all reasonable necessary measures. O. MINORITY/WOMEN BUSINESS ENTERPRISE COMPLIANCE: so Reference Part C (General Conditions), Section C3-3.2 Entitled "MINORITY BUSINESS ENTERPRISE/WOMEN-OWNED BUSINESS ENTERPRISE COMPLIANCE" shall be .� deleted in its entirety and replaced with the following: Upon request, Contractor agrees to provide to Owner complete and accurate information regarding actual work performed by a Minority Business Enterprise (MBE) and/or a Woman Business Enterprise (WBE) on the contract and payment therefore. Contractor further agrees to permit an audit and/or examination of any books, records or files in its ow possession that will substantiate the actual work performed by an MBE and/or WBE. The misrepresentation of facts (other than a negligent misrepresentation) and/or the commission of fraud by the Contractor will be grounds for termination of the contract and/or initiating action under appropriate federal, state or local laws or ordinances relating MP to false statements; further, any such misrepresentation (other than negligent misrepresentation) and/or commission of fraud will result in the Contractor being determined to be irresponsible and barred from participating in City work for a period of .m time of not less than thee (3) years. Revised Pg. 7 +. 10/24/02 P. WAGE RATES: Section C3-3.1-3.of_the General Conditions is deleted and replaced with the following: (a) The contractor. shall comply -with all requirements of Chapter 2258, Texas Government Code, including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258, Texas Government Code. Such prevailing wage rates are included in these contract documents. (b) The contractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the contractor in the construction of the work provided -for in this contract; and (ii) the actual per diem wages paid to each worker. These records shall be open at all reasonable hours for inspection by the City. The provisions of Section C-1, L. Right to Audit (Rev. 9/30/02) pertain to this inspection. (c) The contractor shall include in its subcontracts and/or shall otherwise require all of its subcontractors to comply with paragraphs (a) and (b) above. (d) With each partial payment estimate or payroll period, whichever is less, an affidavit stating that the contractor has complied with the requirements of Chapter 2258, Texas Government Code. The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project at all times. Revised Pg. 8 10/24/02 .. PART Dt - SPECIAL CONDITIONS no no ON wo .. .. .. .. .. .. .. aw D-1 GENERAL.....................................................................................................................3 D-2 COORDINATION MEETING......................................................................................... 5 D-3 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW................5 D- 4 COORDINATION WITH FORT WORTH WATER DEPARTMENT................................7 D- 5 CROSSING OF EXISTING UTILITIES..........................................................................7 D- 6 EXISTING UTILITIES AND IMPROVEMENTS.............................................................. 8 D- 7 CONSTRUCTION TRAFFIC OVER PIPELINES...........................................................8 D- 8 TRAFFIC CONTROL.................................................................................................... 9 D- 9 .............. DETOURS.................................................................................................. ..10 D- 10 EXAMINATION OF SITE.............................................................................................10 D- 11 ....................... ZONING COMPLIANCE................................................................ .......10 D- 12 WATER FOR CONSTRUCTION................................................................................. 10 D- 13 WASTE MATERIAL.....................................................................................................10 D- 14 PROJECT CLEANUP AND FINAL ACCEPTANCE......................................................10 D- 15 CONSTRUCTION SCHEDULE AND SEQUENCING OF WORK................................11 D- 16 SAFETY RESTRICTIONS - WORK NEAR HIGH VOLTAGE LINES ...........................11 D- 17 BID QUANTITIES........................................................................................................11 D- 18 CUTTING OF CONCRETE..........................................................................................12 D- 19 PROJECT DESIGNATION SIGN.................................................................................12 D- 20 CONCRETE SIDEWALK AND DRIVEWAY REPLACEMENT.....................................12 D- 21 MISCELLANEOUS PLACEMENT OF MATERIAL........................................................12 D- 22 CRUSHED LIMESTONE BACKFILL............................................................................13 D- 23 ' 2:27 CONCRETE..........................................................:..............................................13 D- 24 TRENCH EXCAVATION, BACKFILL, AND COMPACTION ......................................... 13 D- 25 TRENCH PAVEMENT (PERMANENT) REPAIR (E2-19) FOR UTILITY CUTS ...........14 D- 26 SITE SPECIFIC TRENCH SAFETY SYSTEM (COVERS ALL PROJECTS)................15 D- 27 SANITARY SEWER MANHOLES................................................................................ 16 D- 28 SANITARY SEWER SERVICES..................................................................................19 D- 29 REMOVAL, SALVAGE, AND ABANDONMENT OF EXISTING FACILITIES ............... 20 D- 30 DETECTABLE WARNING TAPES.............................................................................. 23 D- 31 PIPE CLEANING......................................................................................................... 23 D- 32 DISPOSAL OF SPOIL/FILL MATERIAL.......................................................................23 D- 33 MECHANICS AND MATERIALMEN'S LIEN ................. ..............23 D- 34 SUBSTITUTIONS........................................................................................................ 23 D- 35 PRE -CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER ............ 24 D- 36 VACUUM TESTING OF SANITARY SEWER MANHOLES ......................................... 27 D- 37 BYPASS PUMPING..................................................................................................... 28 D- 38 POST -CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER.......... 28 D- 39 SAMPLES AND QUALITY CONTROL TESTING........................................................ 30 D- 40 TEMPORARY EROSION, SEDIMENT, AND WATER POLLUTION CONTROL (FOR DISTURBED AREAS LESS THAN 1 ACRE)............................................................... 31 D- 41 INGRESS AND EGRESS/OBSTRUCTION OF ACCESS TO DRIVES ........................ 32 D- 42 PROTECTION OF TREES. PLANTS AND SOIL ......................................................... 32 D- 43 SITE RESTORATION.................................................................................................. 32 D- 44 CITY OF FORT WORTH STANDARD PRODUCT LIST............. .................................. 33 D- 45 TOPSOIL. SODDING, SEEDING & HYDROMULCHING............................................. 33 D- 46 CONFINED SPACE ENTRY PROGRAM..................................................................... 38 D- 47 SUBSTANTIAL COMPLETION INSPECTION/FINAL INSPECTION ........................... 39 D- 48 EXCAVATION NEAR TREES (WHERE IDENTIFIED ON THE PLANS) ...................... 39 D- 49 CONCRETE ENCASEMENT OF SEWER PIPE..........................................................40 03112/09 SC-1 .. PART D- SPECIAL CONDITIONS D- 50 CLAY DAM.................................................................................................................. 40 D- 51 EXPLORATORY EXCAVATION (D-HOLE)................................................................. 40 D- 52 INSTALLATION OF WATER FACILITIES................................................................... 40 52.1 Polvvinvl Chloride (PVC) Water Pipe........................................................................... 40 52.2 Blockinq.......................................................................................................................41 52.3 Twe of Casinq Pipe.................................................................................................... 41 52.4 Tie-Ins......................................................................................................................... 41 52.5 Connection of Existinq Mains.......................................................................................41 52.6 Valve Cut-Ins...............................................................................................................42 52.7 Water Services............................................................................................................ 42 52.8 2-Inch Temporary Service Line....................................................................................44 52.9 Purqinq and Sterilization of Water Lines......................................................................45 52.10 Work Near Pressure Plane Boundaries....................................................................... 45 52.11 Water Sample Station..................................................................................................46 52.12 Ductile Iron and Grav Iron Fittings............................................................................... 46 D- 53 SPRINKLING FOR DUST CONTROL.........................................................................47 D- 54 DEWATERING............................................................................................................ 47 D- 55 TRENCH EXCAVATION ON DEEP TRENCHES........................................................47 D- 56 TREE PRUNING..........................................................................................................47 D- 57 TREE REMOVAL.........................................................................................................48 D- 58 TEST HOLES.............................................................................................................. 48 D- 59 PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION AND NOTIFICATION OF TEMPORARY WATER SERVICE INTERRUPTION DURING CONSTRUCTION........................................................................................................ 49 D- 60 TRAFFIC BUTTONS................................................................................................... 49 D- 61 SANITARY SEWER SERVICE CLEANOUTS............................................................. 50 D- 62 TEMPORARY PAVEMENT REPAIR........................................................................... 50 D- 63 CONSTRUCTION STAKES......................................................................................... 50 D- 64 EASEMENTS AND PERMITS..................................................................................... 50 D- 65 PRE -CONSTRUCTION NEIGHBORHOOD MEETING ................................................ 51 D- 66 WAGE RATES............................................................................................................ 51 D- 67 REMOVAL AND DISPOSAL OF ASBESTOS CEMENT PIPE ..................................... 53 D- 68 STORM WATER POLLUTION PREVENTION (FOR DISTURBED AREAS GREATER THAN1 ACRE).................................:......................................................................... 53 D- 69 COORDINATION WITH THE CITY'S REPRESENTATIVE FOR OPERATIONS OF EXISTING WATER SYSTEMS.._................................................................................ 55 D- 70 ADDITIONAL SUBMITTALS FOR CONTRACT AWARD............................................56 D- 71 EARLY WARNING SYSTEM FOR CONSTRUCTION ................................................. 56 D- 72 AIR POLLUTION WATCH DAYS................................................................................ 57 D- 73 FEE FOR STREET USE PERMITS AND RE -INSPECTIONS ..................................... 57 No No 1w No No .. 03112109 SC-2 an PART D - SPECIAL CONDITIONS ,w This Part D - Special Conditions is complimentary to Part C - General Conditions and Part C1 - Supplementary Conditions to Part C of the Contract. Anything contained in this Part D that is additive to any provision in Part C - General Conditions and part C1 - Supplementary Conditions wo to Part C of the Contract are to be read together. Any conflict between Part C - General Conditions and Part C1 - Supplementary Conditions of the Contract and this Part D, Part D shall control. no FOR: SANITARY SEWER REHABILITATION CONTRACT LV (55), PART 2 FORT WORTH, TEXAS -■ CITY PROJECT NO. 00431 WATER DEPARTMENT PROJECTS NO. P258-708170043187 DOE NO. 5434 D-1 GENERAL aw The order or precedence in case of conflicts or discrepancies between various parts of the Contract Documents subject to the ruling of the Engineer shall generally, but not necessarily, follow the guidelines listed below: 1. Plans 2. Contract Documents •• 3. Special Conditions The following Special Conditions shall be applicable to this project under the provisions stated MW above. The Contractor shall be responsible for defects in this project due to faulty materials and workmanship, or both, for a period of two (2) years from date of final acceptance of this project by the City of Fort Worth and will be required to replace at his expense any part or all of this project which becomes defective due to these causes. MW Subject to modifications as herein contained, the Fort Worth Water Department's General Contract Documents and General Specifications, with latest revisions, are made a part of the General Contract Documents for this project. The Plans, these Special Contract Documents and the rules, regulations, requirements, instructions, drawings or details referred to by manufacturers name, or identification include therein as specifying, referring or implying product control, performance, quality, or other shall be binding upon the contractor. The specifications and drawings shall be considered cooperative; therefore, work or material called for by one and not shown or mentioned in the other shall be accomplished or furnished in a faithful manner as though required by all. Any Contractor performing any work on Fort Worth water or sanitary sewer facilities must be pre - qualified with the Water Department to perform such work in accordance with procedures described in the current Fort Worth Water Department General Specifications, which general specifications shall govern performance of all such work. This contract and project, where applicable, may also be governed by the two following published specifications, except as modified by these Special Provisions: "" 1. STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION - CITY OF FORT WORTH aw 03/12/09 SC-3 PART D - SPECIAL CONDITIONS No 2. STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION - NORTH CENTRALTEXAS Any conflict between these contract documents and the above 2 publications shall be resolved in favor of these contract documents. A copy of either of these specifications may be purchased at the office of the Transportation and Public Works Director, 1000 Throckmorton Street, 2nd Floor, Municipal Building, Fort Worth, Texas 76102. The specifications applicable to each pay item are indicated by the call -out for the pay item by the designer. If not shown, then applicable published specifications in either of these documents may be followed at the discretion of the Contractor. General Provisions shall be those of the Fort Worth document rather than Division 1 of the North Central Texas document. Bidders shall not separate, detach or remove any portion, segment or sheets from the contract document at any time. Failure to bid or fully execute contract without retaining contract documents intact may be grounds for designating bids as "non -responsive" and rejecting bids or voiding contract as appropriate as determined by the City Engineer. INTERPRETATION AND PREPARATION OF PROPOSAL: A. DELIVERY OF PROPOSAL: No proposal will be considered unless it is delivered, accompanied by its proper Bid Security, to the Purchasing Manager or his representative at the official location and stated time set forth in the "Notice to Bidders". It is the Bidder's sole responsibility to deliver the proposal at the proper time to the proper place. The mere fact that a proposal was dispatched will not be considered. The Bidders must have the proposal .. actually delivered_ Each proposal shall be in a sealed envelope plainly marked with the word "PROPOSAL", and the name or description of the project as designated in the "Notice to Bidders". The envelope shall be addressed to the Purchasing Manager, City of Fort Worth Purchasing Division, PO Box 17027, Fort Worth, Texas 76102. .. B. WITHDRAWING PROPOSALS: Proposals actually filed with the Purchasing Manager cannot be withdrawn prior to the time set for opening proposals. A request for non -consideration of a .o proposal must be made in writing, addressed to the City Manager, and filed with him prior to the time set for the opening of proposals. After all proposals not requested for non - consideration are opened and publicly read aloud, the proposals for which non -consideration •• requests have been properly filed may, at the option of the Owner, be returned unopened. C. TELEGRAPHIC MODIFICATION OF PROPOSALS: Any bidder may modify his proposal by ow telegraphic communication at any time prior to the time set for opening proposals, provided such telegraphic communication is received by the Purchasing Manager prior to the said proposal opening time, and provided further, that the City Manager is satisfied that a written to and duly authenticated confirmation of such telegraphic communication over the signature of the bidder was mailed prior to the proposal opening time. If such confirmation is not received within forty-eight (48) hours after the proposal opening time, no further consideration will be ow given to the proposal. No 03 12109 SC-4 s M PART D - SPECIAL CONDITIONS am D-2 COORDINATION MEETING For coordination purposes, weekly meetings at the job site may be required to maintain the project on the desired schedule. The contractor shall be present at all meetings. D-3 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW A. Definitions: 1. Certification of coverage ("certificate"). A copy of a certificate of insurance, a certificate of •- authority to self -insure issued by the commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the .. duration of the project. 2. Duration of the project - includes the time from the beginning of the work on the project ow until the contractor's/person's work on the project has been completed and accepted by the governmental entity. 3. Persons providing services on the project ("subcontractor" in §406.096)- includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, .. hauling, or delivering equipment or materials, or providing labor, transportation, or other services related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. B. The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) or all employees of the Contractor providing services on the project, for the duration of the project. am C. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. D. If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project, the contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. Im E. The Contractor shall obtain from each person providing services on a project, and provide the governmental entity: .. 1. A certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and .w 03/12/09 SC-5 PART D -SPECIAL CONDITIONS P 2. No later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. F. The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. G. The contractor shall notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. H. The contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Worker's Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. I. The contractor shall contractually require each person with whom it contracts to provide services on a project, to: 1. Provide coverage, based on proper reporting on classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; 2. Provide to the Contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project;' 3. Provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; 4. Obtain from each other person with whom it contracts, and provide to the Contractor: a.) A certificate of coverage, prior to the other person beginning work on the project; and b.) A new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project. 5. Retain all required certificates of coverage on file for the duration of the project and for one year thereafter. 6. Notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and 03112109 SC-6 as MM %W sm sm %W as %W r r A PART D - SPECIAL CONDITIONS aw 7. Contractually require each person with whom it contracts, to perform as required by paragraphs (1)-(7), with the certificates of coverage to be provided to the person for whom they are providing services. no 8. By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by worker's compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the contractor to administrative, criminal, civil penalties or other civil actions, 9. The contractor's failure to comply with any of these provisions is a breach of contract by the contractor which entitles the governmental entity to declare the contract void if the contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. J. The contractor shall post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Worker's Compensation Act or other Texas Worker's Compensation Commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices .. shall be the following text, without any additional words or changes: "REQUIRED WORKER'S COMPENSATION COVERAGE The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." Call the Texas Worker's Compensation Commission at (512) 463-3642 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employees failure to provide coverage". D- 4 COORDINATION WITH FORT WORTH WATER DEPARTMENT .. During the construction of this project, it will be necessary to deactivate, for a period of time, existing lines. The Contractor shall be required to coordinate with the Water Department to determine the best times for deactivating and activating those lines. "" D- 5 CROSSING OF EXISTING UTILITIES Where a proposed water line crosses over a sanitary sewer or sanitary sewer service line and/or ow proposed sewer line crosses over a water line and the clear vertical distance is less than 9 feet barrel to barrel, the sanitary sewer or sanitary sewer service line shall be made watertight or be -w 03/im SC-7 .. PART D - SPECIAL CONDITIONS Im constructed of ductile iron pipe. The Engineer shall determine the required length of replacement. The material for sanitary sewer mains and sanitary sewer laterals shall be Class 51 Ductile Iron Pipe with polyethylene wrapping. The material for sanitary sewer service lines shall be extra strength cast iron soil pipe with polyethylene wrapping. Adapter fittings shall be a urethane or .. neoprene coupling ASTM C-425 with series 300 stainless steel compression straps. Backfill, fittings, tie-ins and all other associated appurtenances required are deemed subsidiary work, the cost of which shall be included in the price bid in the Proposal for each bid item. D- 6 EXISTING UTILITIES AND IMPROVEMENTS The plans show the locations of all known surface and subsurface structures. However, the •• Owner assumes no responsibility for failure to show any or all of these structures on the Plans, or to show them in their exact location. It is mutually agreed that such failure shall not be considered sufficient basis for claims for additional compensation for extra work or for increasing the pay quantities in any manner whatsoever. The Contractor shall be responsible for verifying the locations of and protecting all existing utilities, service lines, or other property exposed by his construction operations. Contractor shall make all necessary provisions (as approved or authorized by the applicable utility company) for the support, protection and/or temporary relocation of all utility poles, gas lines, telephone cables, utility services, water mains, sanitary sewer lines, electrical cables, drainage pipes, and all other utilities and structures both above and below ground during construction. It is understood that the Contractor is not responsible for the permanent relocation of existing utilities in direct conflict with the proposed construction. The Contractor is liable for all damages done to such existing facilities as a result of his operations and any and all cost incurred for the protection and/or temporary relocation of such facilities are deemed subsidiary work and the cost of same and shall be included in the cost bid per linear foot of pipe installed. NO ADDITIONAL COMPENSATION WILL �- BE ALLOWED. Where existing utilities or service lines are cut, broken or damaged the Contractor shall replace or .. repair the utilities or service lines with the same type of original material and construction, or better, unless otherwise shown or noted on the plans, at his own cost and expense. The Contractor shall immediately notify the Owner of the damaged utility or service line. He shall cooperate with the Owners of all utilities to locate existing underground facilities and notify the Engineer of any conflicts in grades and alignment. In case it is necessary to change or move the property of any owner of a public utility, such property shall not be moved or interfered with until ordered to do so by the Engineer. The right is reserved to the owner of public utilities to enter upon the limits of the project for the purpose of making such changes or repairs of their property that may be made necessary by performance of this contract. The utility lines and conduits shown on the plans are for information only and are not guaranteed by the City of the Engineer to be accurate as to extent, location, and depth; they are shown on the plans as the best information available at the time of design, from the owners of the utilities involved and from evidences found on the ground. ,. D- 7 CONSTRUCTION TRAFFIC OVER PIPELINES It is apparent that certain construction vehicles could exceed the load bearing capacity of the pipe under shallow bury conditions. It will be the responsibility of the Contractor to protect both the new .. 03112109 SC-8 Im ~' PART D - SPECIAL CONDITIONS _ line and the existing lines from these possibly excessive loads. The Contractor shall not, at any time, cross the existing or new pipe with a truck delivering new pipe to the site. Anv damage to the existing or new pipe will be repaired or replaced by the Contractor, at the Contractor's expense, to the satisfaction of the City. In locations where it is not permissible to cross the existing or proposed pipes without additional protection the Contractor may elect to provide additional protection of the pipes so that more frequent crossings of the pipes are allowed. It still is, however, the responsibility of the Contractor to repair any damage to the existing or proposed lines, if the damage results from any phase of his construction operation. D- 8 TRAFFIC CONTROL The contractor will be required to obtain a "Street Use Permit" prior to starting work. As part of the "Street Use Permit" a traffic control plan is required. The Contractor shall be responsible for providing traffic control during the construction of this project consistent with the provisions set forth in the "Latest Edition Texas Manual on Uniform Traffic Control Devices for Streets and Highways" issued under the authority of the "State of Texas Uniform Act Regulating Traffic on Highways," codified as Article 6701d-Vernon's Civil Statutes, pertinent sections being Section Nos. 27, 29, 30 and 31. Unless otherwise included as part of the Construction documents, the Contractor_ shall submit a traffic control -'-plan (duly sealed, signed acid dated by a Registered Professional Engineer (P E.).in the- state of Texas), to .:the City Traffic'ngmeer [Tel$#7)92-877Q] at or before the preconstrgction conference :,The P.E. preparing the.,traffic conof plan rna utilize -standard traffic refoute configurations posted` as "Typicals" on the City's Buzzsaw website Although work will,:not ffi begin untiPtiiearac control pfa_ n has been reviewed and, approved; the.Contractor'stime uvilrbegin in accordance with the timeframe mutuailly established in the `Not.ce to Prow ed' Issued the Contractor. MW The Contractor will not remove any regulatory sign, instructional sign, street name sign or other sign, which has been erected by the City. If it is determined that a sign must be removed to permit required construction, the Contractor shall contact the Transportation and Public Works Department, Signs and Markings Division, (Phone Number 817-392-7738) to remove the sign. In the case of regulatory signs, the Contractor must replace the permanent sign with a temporary sign meeting the requirements of the above -referenced manual and such temporary sign must be installed prior to the removal of the permanent sign. If the temporary sign is not installed correctly or if it does not meet the required specifications, the permanent sign shall be left in place until the temporary sign requirements are met. When construction work is completed to the extent that the permanent sign can be reinstalled, the Contractor shall again contact the Signs and Markings Division to reinstall the permanent sign and shall leave his temporary sign in place until such reinstallation is completed_ Work shall not be performed on certain locations/streets during "peak traffic periods" as determination by the City Traffic Engineer and in accordance with the applicable provision of the "City of Fort Worth Traffic Control Handbook for Construction and Maintenance Work Areas." The lump sum pay -iterjfufor` "traff control shall; over design: and= or iristallatio.rr, and maintenance of the:#raffic control pta 0Y1zW SC-9 A. PART D - SPECIAL CONDITIONS .. D-9 DETOURS r The contractor shall prosecute his work in such a manner as to create a minimum of interruption to traffic and pedestrian facilities and to the flow of vehicular and pedestrian traffic within the project area. am D- 10 EXAMINATION OF SITE am It shall be the responsibility of the prospective bidder to visit the project site and make such examinations and explorations as may be necessary to determine all conditions, which may affect construction of this project. Particular attention should be given to methods of providing ingress and egress to adjacent private and public properties, procedures for protecting existing improvements and disposition of all materials to be removed. Proper consideration should be given to these details during the preparation of the Proposal and all unusual conditions, which may give, rise to later contingencies should be brought to the attention of the Owner prior to the submission of the Proposal. D-11 ZONING COMPLIANCE an During the construction of this project, the Contractor shall comply with present zoning requirements of the City of Fort Worth in the use of vacant property for storage purposes. .. D- 12 WATER FOR CONSTRUCTION The Contractor at his own expense will furnish water for construction. .., D- 13 WASTE MATERIAL All waste material shall become the property of the Contractor and shall be disposed of by the am Contractor at locations approved by the Engineer. All material shall be disposed of in such a manner as to present a neat appearance and to not obstruct proper drainage or to cause injury to street improvements or to abutting property. •• D- 14 PROJECT CLEANUP AND FINAL ACCEPTANCE The Contractor shall be aware that keeping the project site in a neat and orderly condition is "' considered an integral part of the contracted work and as such shall be considered subsidiary to the appropriate bid items. Clean up work shall be done as directed by the Engineer as the work progresses or as needed. If, in the opinion of the Engineer it is necessary, clean-up shall be done on am a daily basis. Clean up work shall include, but not be limited to: .. • Sweeping the street clean of dirt or debris • Storing excess material in appropriate and organized manner • Keeping trash of any kind off of residents' property If the Engineer does not feel that the jobsite has been kept in an orderly condition, on the next estimate payment (and all subsequent payments until completed) of the appropriate bid item(s) will .•• be reduced by 25%. Final cleanup work shall be done for this project as soon as all construction has been completed. �• No more than seven days shall elapse after completion of construction before the roadway, right- 03112109 SC-10 PART D - SPECIAL CONDITIONS WMW of -way, or easement is cleaned up to the satisfaction of the Engineer. The Contractor shall make a final cleanup of all parts of the work before acceptance by the City of Fort Worth or its representative. This cleanup shall include removal of all objectionable rocks, pieces of asphalt or concrete and other construction materials, and in general preparing the site of the work in an orderly manner and appearance. The City of Fort Worth shall give final acceptance of the completed project work. D-15 CONSTRUCTION SCHEDULE AND SEQUENCING OF WORK Prior to executing the Contract, it shall be the responsibility of the Contractor to furnish a schedule outlining the anticipated time for each phase of construction with starting and completion dates, including sufficient time being allowed for cleanup. The Contractor shall not commence with water and/or sanitary sewer installation until such time that the survey cut -sheets have been received from the City inspector. D-16 SAFETY RESTRICTIONS - WORK NEAR HIGH VOLTAGE LINES The following procedures will be followed regarding the subject item on this contract: 1. A warning sign not less than five inches by seven inches, painted yellow with black letters �. that are legible at twelve feet shall be placed inside and outside vehicles such as cranes, derricks, power shovels, drilling rigs, pile drivers, hoisting equipment or similar apparatus. The warning sign shall read as follows: "WARNING - UNLAWFUL TO OPERATE THIS .. EQUIPMENT WITHIN SIX FEET OF HIGH VOLTAGE LINES." 2. Equipment that may be operated within ten feet of high voltage lines shall have insulating „m cage -type of guard about the boom or arm, except back hoes or dippers, and insulator links on the lift hook connections. 3. When necessary to work within six feet of high voltage electric lines, notification shall be given the power company (ONCOR) who will erect temporary mechanical barriers, de - energize the lines, or raise or lower the lines. The work done by the power company shall not be at the expense of the City of Fort Worth. The notifying department shall maintain an accurate log of all such calls to ONCOR, and shall record action taken in each case. 4. The Contractor is required to make arrangements with the ONCOR company for the temporary relocation or raising of high voltage lines at the Contractor's sole cost and expense. 5. No person shall work within six feet of a high voltage line without protection having been taken as outlined in Paragraph (3). D- 17 BID QUANTITIES Bid quantities of the various items in the proposal are for comparison only and may not reflect the actual quantities. There is no limit to which a bid item can be increased or decreased. Contractor shall not be entitled to renegotiation of unit prices regardless of the final measured quantities. To the extent that C4-4.3 conflicts with this provision, this provision controls_ No claim will be considered for lost or anticipated profits based upon differences in estimated quantities versus actual quantities. -10 03112109 SC-11 PART D - SPECIAL CONDITIONS D- 18 CUTTING OF CONCRETE When existing concrete is cut, such cuts shall be made with a concrete saw. All sawing shall be subsidiary to the unit cost of the respective item. D- 19 PROJECT DESIGNATION SIGN Project signs are required at all locations. It shall be in accordance with the attached Figure 30 (dated 9-18-96). The signs may be mounted on skids or posts. The Engineer shall approve the exact locations and methods of mounting. In addition to the 4' x 8' project signs, project signs shall be attached to barricades used where manhole rehabilitation or replacement is being conducted. Signs suspended from barricading shall be placed in such a way that signs do not interfere with reflective paint or coloring on the barricades. Barricade signs shall be in accordance with Figure 30, except that they shall be V-0" by 2'-0" in size. The information box shall have the following information: For Questions on this Project Call: (817) 392-8306 M-F 7:30 am to 4:30 p.m. or (817) 392-8300 Nights and Weekends Any and all cost for the required materials, labor, and equipment necessary for the furnishing of Project Signs shall be considered as a subsidiary cost of the project and no additional compensation will be allowed. D- 20 CONCRETE SIDEWALK AND DRIVEWAY REPLACEMENT At locations in the project where mains are required to be placed under existing sidewalks and/or driveways, such sidewalks and/or driveways shall be completely replaced for the full existing width, between existing construction or expansion joints with 3000 psi concrete with reinforcing steel on a sand cushion in accordance with City of Fort Worth Transportation/Public Works Department Standard Specifications for Construction, Item 504. At locations where mains are required to be placed under existing curb and gutter, such curb and gutter shall be replaced to match type and geometry of the removed curb and gutter shall be installed in accordance with City of Fort Worth Public Works Department Standard Specification for Construction, Item 502. aw Payment for cutting, backfill, concrete, forming materials and all other associated appurtenances required, shall be included in the square yard price of the bid item for concrete sidewalk or .. driveway repair. D- 21 MISCELLANEOUS PLACEMENT OF MATERIAL Material has been allocated under various bid items in the Proposal to establish unit prices for miscellaneous placement of material. These materials shall be used only when directed by the Engineer, depending on field conditions. Payment for miscellaneous placement of material will be made for only that amount of material used, measured to the nearest one -tenth unit. Payment for miscellaneous placement of material shall be in accordance with the General Contract Documents regardless of the actual amount used for the project. aw 03/12/09 SC-1 2 `� aw PART D - SPECIAL CONDITIONS D- 22 CRUSHED LIMESTONE BACKFILL Where specified on the plans or directed by the Engineer, Crushed Limestone shall be used for trench backfill on this project. The material shall conform to Public Works Standard Specifications for Street and Storm Drain Construction Division 2 Item 208.2 - Materials and Division 2 Item 208.3 - Materials Sources. Trench backfill and compaction shall meet the requirements of E2-2 Excavation and Backfill, Construction Specifications, General Contract Documents. Payment for crushed limestone backfill in place shall be made at the unit price bid in the Proposal multiplied by the quantity of material used measured in accordance with E2-2.16 Measurement of Backfill Materials, Construction Specifications, and General Contract Documents. D- 23 2:27 CONCRETE Transportation and Public Works Department typical sections for Pavement and Trench Repair for r Utility Cuts Figures 1 through 5 refer to using 2:27 Concrete as base repair. Since this call -out includes the word "concrete", the consistent interpretation of the Transportation and Public Works Department is that this ratio specifies two (2) sacks of cement per cubic yard of concrete. D- 24 TRENCH EXCAVATION, BACKFILL, AND COMPACTION Trench excavation and backfill under parking lots, driveways, gravel surfaced roads, within easements, and within existing or future R.O.W. shall be in accordance with Sections E1-2 Backfill and E2-2 Excavation and Backfill of the General Contract Documents and Specifications except as specified herein. 1. TRENCH EXCAVATION: In accordance with Section E2-2 Excavation and Backfill, if the stated maximum trench widths are exceeded, either through accident or otherwise, and if the Engineer determines that the design loadings of the pipe will be exceeded, the Contractor will be required to support the pipe with an improved trench bottom. The expense of such remedial measures shall be entirely the Contractor's own. All trenching operations shall be confined to the width of permanent rights -of -way, permanent easements, and any temporary construction easements. All excavation shall be in strict compliance with the Trench Safety Systems Special Condition of this document. 2_ TRENCH BACKFILL: Trenches which lie outside of existing or future pavement shall be backfilled above the top of the embedment material with Type "C" backfill material. Excavated material used for Type "C" backfill must be mechanically compacted unless the Contractor can furnish the Engineer with satisfactory evidence that the P.I. of the excavated material is less than 8. Such evidence shall be a test report from an independent testing laboratory and must include representative samples of soils in all involved areas, with a map showing the location and depth of the various test holes. If excavated material is obviously granular in nature, containing little or no plastic material, the Engineer may waive the test report requirement. See E1-2.3, Type "C" or "D" Backfill, and E2-2.11 Trench Backfill for additional requirements. When Type "C" back -fill material is not suitable, at the direction of the Engineer, Type "B" backfill material shall be used. In general, all backfill material for trenches in existing paved streets shall be in accordance with Figure A. Sand material specified in Figure A shall be obtained from an approved source and shall consist of —• durable particles free of thin or elongated pieces, lumps of clay, soil, loam or vegetable matter and shall meet the following gradation: 03112109 SC-13 PART D - SPECIAL CONDITIONS .. Less than 10% passing the #200 sieve P.I. = 10 or less Additionally, the crushed limestone embedment gradation specified in Section E1-3 Crushed Limestone for Embedment of the General Contract Documents and Specifications shall be replaced with the following: Sieve Size % Retained 1" 0-10 1 /2" 40-75 3/8" 55-90 #4 90-100 #8 95-100 All other provisions of this section shall remain the same. 3. TRENCH COMPACTION: All trench backfill shall be placed in lifts per E2-2.9 Backfill. Trenches which lie outside existing or future pavements shall be compacted to a minimum of 90% ow Standard Proctor Density (A.S.T.M. D698) by mechanical devices specifically designed for compaction or a combination of methods subject to approval by the Engineer. Trenches which lie under existing or future pavement shall be backfilled per Figure A with 95% Standard Proctor Density by mechanical devices specifically designed for compaction or a combination of methods subject to approval by the Engineer. Backfill material to be compacted as described above must be within +-4% of its optimum moisture content. The City, at its own expense, will perform trench compaction tests per A.S.T.M. standards on all trench backfill. Any retesting required as a result of failure to compact the backfill material to meet the standards will be at the expense of the Contractor and will be billed at the commercial rates as determined by the City. These soil density tests shall be performed at two (2) foot vertical intervals beginning at a level two (2) feet above the top of the installed pipe and continuing to the top of the completed backfill at intervals along the trench not to exceed 300 linear feet. The Contractor will �- be responsible for providing access and trench safety system to the level of trench backfill to be tested. No extra compensation will be allowed for exposing the backfill layer to be tested or providing trench safety system for tests conducted by the City. 4. MEASUREMENT AND PAYMENT: All material, with the exception of Type "B" backfill, and labor costs of excavation and backfill will be included in the price bid per linear foot of water and N, sewer pipe. Type "B" backfill shall be paid for at a pre -bid unit price of $15.00 per cubic yard. D- 25 TRENCH PAVEMENT (PERMANENT) REPAIR (E2-19) FOR UTILITY CUTS The unit price bid under the appropriate bid item of the proposal shall cover all cost for providing pavement repair equal to or superior in composition, thickness, etc., to existing pavement as detailed in the Public Works Department typical sections for Pavement and Trench Repair for .. Utility Cuts, Figures 2000-1 through 2000-3. The results of the street cores that were conducted on the project streets, to determine HMAC depths on existing streets, are provided in these specifications and contract documents. 0311 v09 SC-14 .. PART D - SPECIAL CONDITIONS All required paving cuts shall be made with a concrete saw in a true and straight line on both sides of the trench, a minimum of twelve (12) inches outside the trench walls. The trench shall be backfilled and the top nine (9) inches shall be filled with required materials as shown on paving details, compacted and level with the finished street surface. This finished grade shall be maintained in a serviceable condition until the paving has been replaced. All residential driveways shall be accessible at night and over weekends. It has been determined by the Transportation and Public Works Department that the strip of existing HMAC pavement between the existing gutter and the edge of the trench pavement repair will not hold up if such strip of existing pavement is two (2) feet or less in width. Therefore, at the locations in the project where the trench wall is three (3) feet or less from the lip of the existing gutter, the Contractor shall be required to remove the existing paving to such gutter. The pavement repair shall then be made from a minimum distance of twelve (12) inches outside the trench wall nearest the center of the street to the gutter line. The pavement shall be replaced within a maximum of five (5) working days, providing job placement conditions will permit repaving. If paving conditions are not suitable for repaving, in the opinion of the Owner, the repaving shall be done at the earliest possible date. .. A permit must be obtained from the Construction Services Section by the Contractor in conformance with Ordinance No. 3449 and/or Ordinance No. 792 to make utility cuts in the street. The Construction Services section will inspect the paving repair after construction. This permit requirement may be waived if work is being done under a Performance Bond and inspected by the Construction Services section. D- 26 SITE SPECIFIC TRENCH SAFETY SYSTEM (COVERS ALL PROJECTS) A. GENERAL: This specification covers the trench safety requirements for all trench excavations exceeding depth of five (5) feet in order to protect workers from cave-ins. The requirements of ~" this item govern all trenches for mains, manholes, vaults, service lines, and all other appurtenances. The design for the trench safety shall be signed and sealed by a Registered Professional Engineer licensed in Texas. The trench safety plan shall be specific for each water and/or sanitary sewer line included in the project. B. STANDARDS: The latest version of the U.S. Department of Labor, Occupational Safety and .. Health Administration Standards, 29 CFR Part 1926, Sub -Part P - Excavations, are hereby made a part of this specification and shall be the minimum governing requirements for trench safety. C. DEFINITIONS: .. 1. TRENCHES - A trench is referred to as a narrow excavation made below the surface of the ground in which the depth is greater than the width, where the width measured at the bottom is not greater than fifteen (15) feet. 2. BENCHING SYSTEM - Benching means excavating the sides of a trench to form one or a series of horizontal level or steps, usually with vertical or near -vertical surfaces between levels. 0-"ZW SC-15 wo PART D - SPECIAL CONDITIONS 3. SLOPING SYSTEM - Sloping means excavating to form sides of a trench that are inclined •• away from the excavation. 4. SHIELD SYSTEM - Shields used in trenches are generally referred to as "trench boxes" or .. "trench shields". Shield means a structure that is able to withstand the forces imposed on it by a cave-in and protect workers within the structure. Shields can be permanent structures or can be designed to be portable and move along as the work progresses. Shields can be .. either pre -manufactured or job -built in accordance with OSHA standards. 5. SHORING SYSTEM - Shoring means a structure such as a metal hydraulic, mechanical or timber system that supports the sides of a trench and which is designed to prevent cave- ins. Shoring systems are generally comprised of cross -braces, vertical rails, (uprights), horizontal rails (wales) and/or sheeting. aw D. MEASUREMENT - Trench depth is the vertical measurement from the top of the existing ground to the bottom of embedment or bottom of excavation. The quantity of trench safety systems shall be based on the linear foot amount of trench depth greater than five (5) feet. as E. PAYMENT - Payment shall be full compensation for safety system design, labor, tools, materials, equipment and incidentals necessary for the installation and removal of trench .. safety systems. D- 27 SANITARY SEWER MANHOLES A. GENERAL: The installation, replacement, and/or rehabilitation of sanitary sewer manholes will be required as shown on the plans, and/or as described in these Special Contract Documents in addition to those located in the field and identified by the Engineer. All manholes shall be in •• accordance with sections E1-14 Materials for Sanitary Sewer Manholes, Valve Vaults, Etc., and E2-14 Vault and Manhole Construction of the General Contract Documents and Specifications, unless amended or superseded by requirements of this Special Condition. For new sewer line installations, the Contractor shall temporarily plug all lines at every open manhole under construction in order to keep debris out of the dry sewer lines. The plugs shall not be removed until the applicable manhole complete with cone section has been constructed and the lid installed to keep out debris as a result of additional construction. 1. CONCRETE COLLARS: Concrete collars will be required on all manholes specified as per Figure 121. "" 2. WATERTIGHT MANHOLE INSERTS: Watertight gasket manhole inserts shall be installed in all sanitary sewer manholes. Inserts shall be constructed in accordance with Fort Worth Water Department Standard E100-4 and shall be fitted and installed according to the manufacturer's recommendations. Stainless Steel manhole inserts shall be required for all pipe diameters 18" and greater. .. 3. LIFT HOLES: All lift holes shall be plugged with a pre -cast concrete plug. The lift hole shall be sealed on the outside of the manhole with Ram-Nek or an approved equal sealant. .. The lift hole shall be sealed on the inside of the manhole with quick setting cement grout. 4. FINAL RIM ELEVATIONS: Manhole rims in parkways, lawns and other improved lands shall be at an elevation not more than one (1) nor less than one-half (1/2) inch above the surrounding ground. Backfill shall provide a uniform slope from the top of manhole casting 03/12/09 S C-16 _ ■. PART D - SPECIAL CONDITIONS ,r for not less than three (3) feet each direction to existing finish grade of the ground. The grade of all surfaces shall be checked for proper slope and grade by string lining the entire area regarded near the manhole. Manholes in open fields, unimproved land, or drainage courses shall be at an elevation shown on the drawings or minimum of 6 inches above grade. 5. MANHOLE COVERS: All lids shall have pick slots in lieu of pick holes. Manhole frames and covers shall be McKinley, Type N, with indented top design, or equal, with pick slots. Covers shall set flush with the rim of the frame and shall have no larger than 1/8-inch gap .. between the frame and cover. Bearing surfaces shall be machine finished. Locking manhole lids and frames will be restricted to locations within the 100-year floodplain and areas specifically designated on the plans. Certain teed Ductile Iron Manhole Lids and Frames are acceptable for use where locking lids are specified. 6. SHALLOW CONE MANHOLES: Shallow manhole construction will be used when manhole ,.. depth is four (4) feet or less. All shallow cone manholes shall be built in accordance with Figure 105. All shallow cone manholes shall have a cast iron lid and frame with pick slots. NOTE: MANHOLES PER FIGURE 106 WILL NOT BE ALLOWED. an 7. MANHOLE STEPS: No manhole steps are to be installed on any sanitary sewer manhole. 8. EXTERIOR SURFACE COATING: Exterior surfaces of all manholes shall be coated with two mop coats of coal tar epoxy, Koppers "Bitumastic Super Service Black" Tnemec "46- 450 Heavy Tnemecol," or equal to, a minimum or 14 mils dry film thickness. 9. MANHOLE JOINT SEALING: All interior and/or exterior joints on concrete manhole sections constructed for the City of Fort Worth Water Department, excluding only the joints using a trapped type performed O-ring rubber gasket shall require Bitumastic joint sealants �+ as per Figure M. This sealant shall be pre -formed and trowelable Bitumastic as manufactured by Kent -Seal, .. Ram-Nek, E-Z Stick, or equal. The joint sealer shall be supplied in either extruded pipe form or suitable cross -sectional area or flat -tape and shall be sized as recommended by the manufacturer and approved by the Engineer. The joint sealer shall be protected by a suitable removable wrapper and shall not in any way depend on oxidation, evaporation, or any other chemical action for either its adhesive properties or cohesive strength. The Joint sealer shall remain totally flexible without shrinking, hardening, or oxidizing regardless of the length of time it is exposed to the elements. The manufacturer shall furnish an affidavit attesting to the successful use of the product as a pre -formed flexible joint sealant on concrete pipe and manhole sections for a period of at least five years. B. EXECUTION: 1. INSTALLATION OF JOINT SEALANT: Each grade adjustment ring and manhole frame shall be sealed with the above -specified materials. All surfaces to be in contact with the joint sealant shall be thoroughly cleaned of dirt, sand, mud, or other foreign matter. The manufacturer shall apply a primer to all surfaces prior to installing the joint sealant in accordance with the recommendations. The protective wrapper shall remain on the joint sealant until immediately prior to the placement of the pipe in the trench. After removal of 03/12M SC-17 PART D - SPECIAL CONDITIONS the protective wrapper, the joint sealant shall be kept clean. Install frames and cover over manhole opening with the bottom of the rings resting on Bitumastic joint sealer. Frames and grade rings shall rest on two (2) rows (inside and outside) of Bitumastic joint sealer. 2. SEALING AND/OR ADJUSTING EXISTING MANHOLES: Excavate (rectangular full depth saw cut if in pavement) adjacent to the manhole to expose the entire manhole frame and a minimum of 6 inches of the manhole wall keeping the sides of the trench nearly vertical. .. Remove manhole frame from the manhole structure and observe the condition of the frame and grade rings. Any frame or grade ring that is not suitable for use as determined by the .. Engineer shall be replaced. Grade rings that are constructed of brick, block materials other than pre -cast concrete rings, or where necessary and approved by the Engineer, shall be replaced with a pre -cast flattop section. Pre -cast concrete rings, or a pre -cast concrete flattop section will be the only adjustments allowed. .. In brick or block manholes, replace the upper portion of the manhole to a point 24 inches below the frame. If the walls or cone section below this level are structurally unsound, notify the Engineer prior to replacement of the grade rings and manhole frame. Existing brickwork, if damaged by the Contractor, shall be replaced at the Contractor's expense. Wire brush manhole frame and exposed manhole surfaces to remove dirt and loose debris. Coat exposed manhole surfaces with an approved bonding agent followed by an application of quick setting hydraulic cement to provide a smooth working surface. .. If the inside diameter of the manhole is too large to safely support new adjustment rings or frames, a flat top section shall be installed. Joint surfaces between the frames, adjustment rings, and cone section shall be free of dirt, stones, debris and voids to ensure a watertight seal. Place flexible gasket joint material along the inside and outside edge of each joint, or use trowelable material in lieu of pre- formed gasket material. Position the butt joint of each length of joint material on opposite sides of the manhole. No steel shims, wood, stones, or any material not specifically accepted by the Engineer may be used to obtain final surface elevation of the manhole frame. In paved areas or future paved areas, castings shall be installed by using a straight edge -� not less than ten (10) feet long so that the top of the casting will conform to the slope and finish elevation of the paved surface. The top of the casting shall be 1/8 inch below the finished elevation. Allowances for the compression of the joint material shall be made to assure a proper final grade elevation. 3. EXPOSED EXTERIOR SURFACES: All exposed exterior surfaces shall be coated with two mop coats of coal tar epoxy. Kopper "Bitumastic Super Service Black"; Tnemec "46- 450 Heavy Tnemecol", or equal, to a minimum of 14 mils dry film thickness. 4. The exterior surface of all pre -cast section joints shall be thoroughly cleaned with a wire brush and then waterproofed with a 1/2-inch thick coat of trowelable bitumastic joint sealant from 6-inches below to 6-inches above the joint. The coated joint shall then be wrapped with 6 mil plastic to protect the sealant from damage during backfilling. '~ 03112109 SC-18 PART D - SPECIAL CONDITIONS .. C. MEASUREMENT AND PAYMENT: The price bid for new manhole installations shall include all labor, equipment, and materials necessary for construction of the manhole including, but not limited to, joint sealing, lift hole sealing and exterior surface coating. Payment shall not include pavement replacement, which if required, shall be paid separately. w The price bid for reconstruction of existing manholes shall include all labor equipment and materials necessary for construction of new manhole, including, but not limited to, excavation, backfill, disposal of materials, joint sealing, lift hole sealing and exterior surface coating. Payment shall not include pavement replacement, which if required, shall be paid separately. �• The price bid for adjusting and/or sealing of existing manholes shall include all labor, equipment and materials necessary for adjusting and/or sealing the manhole, including but not limited to, joint sealing, lift hole sealing, and exterior surface coating. Payment for concrete collars will be made per each. Payment for manhole inserts will be made per each. D- 28 SANITARY SEWER SERVICES Any reconnection, relocation, re-routes, replacement, or new sanitary sewer service shall be required as shown on the plans, and/or as described in these Special Contact Documents in addition to those located in the field and identified by the Engineer as active sewer taps. The service connections shall be constructed by the Contractor utilizing standard factory manufactured tees. City approved factory manufactured saddle taps may be used, but only as directed by the Engineer. The decision to use saddle taps as opposed to tees shall be made on a case -by -case basis. The Contractor shall be responsible for coordinating the scheduling of tapping crews with building owners and the Engineer in order that the work be performed in an expeditious manner. A minimum of 24 hours advance notice shall be given when taps will be required. Severed service connections shall be maintained as specified in section C6-6.15. D. SEWER SERVICE RECONNECTION: When sewer service reconnection is called for the Contractor shall vertically adjust the existing sewer service line as required for reconnection and furnish a new tap. The fittings used for vertical adjustment shall consist of a maximum bend of 45 degrees. The tap shall be located so as to line up with the service line and avoid any horizontal adjustment. For open cut applications, all sanitary sewer service lines shall be . replaced to the property or easement line, or as directed by the Engineer. Sanitary sewer services on sewers being rehabilitated using pipe enlargement methods shall be replaced to the property or easement line or as directed by the Engineer. Procedures listed below for ,. Sewer Service Replacement shall be adhered to for the installation of any sewer service line including the incidental four (4) feet of service line which is included in the price bid for Sanitary Sewer Taps. Payment for work such as backfill, saddles, tees, fittings incidental four (4) feet of service line and all other associated appurtenances required shall be included in the price bid for Sanitary Sewer Taps. E. SEWER SERVICE REPLACEMENT: All building sewer services encountered during construction shall be adjusted and/or replaced by the Contractor as directed by the Engineer as required for the connection of the sewer service line. If the sewer service line is in such condition or adjustment necessitates the replacement of the sewer service line, all work shall be performed by a licensed plumber. The Engineer shall determine the length of the replacement. All sewer services shall be installed at a minimum of two (2) percent slope or as �' 03/1vo9 SC-19 MW PART D - SPECIAL CONDITIONS M approved by the Engineer. For situations involving sewer service re-routing, whether on public or private property, the City shall provide line and grade for the sewer service lines as shown on the project plans. Prior to installing the applicable sewer main or lateral and the necessary service lines, the Contractor shall verify (by de -holing at the building clean -out) the elevations (shown on the plans) at the building clean -out and compare the data with the elevation at the proposed connection point on the sewer main, in order to ensure that the two (2) percent minimum slope (or as specified by the Engineer) requirement is satisfied. Elevations shall also be verified at all bend locations on the service re-route. All applicable sewer mains, laterals and affected service lines that are installed without pre -construction de -holing at the affected residences (to verify design elevations) shall be removed and replaced as necessary at the Contractor's expense in the event grade conflicts are brought to light after de -holing is conducted. All elevation information obtained by the Contractor shall be submitted to the Inspector. The Engineer shall be immediately notified in the event that the two (2) percent minimum slope is not satisfied. If the Contractor determines that a different alignment for the re-route is more beneficial than shown on the plans, the Contractor shall obtain and submit all relevant elevation information for the new alignment to the Inspector and shall be responsible for ensuring that the two (2) percent minimum grade (or as approved by the Engineer) is satisfied. Prior to backfilling, the Contractor shall double check the grade of the installed service line and submit signed documentation verifying that the line has been installed as designed to the Engineer. The Contractor, at its sole expense, shall be required to uncover any sewer service for which no grade verification has been submitted. All re-routes that are not installed as designed or fail to meet the City code shall be reinstalled at the Contractor's expense. The Contractor shall ensure that the service line is backfilled and compacted in accordance with the City Plumbing Code. Connection to the existing sewer service line shall be made with appropriate adapter fittings. The fitting shall be a urethane or neoprene coupling A.S.T.M. C-425 with series 300 stainless steel compression straps. The Contractor shall remove the existing clean -out and plug the abandoned sewer service line. The contractor shall utilize schedule 40 PVC for all sanitary sewer service re-routes or relocations located on private property. Furthermore, the contractor shall utilize the services of a licensed plumber for all service line work on private property. Permit(s) must be obtained from the City of Fort Worth Development Department for all service line work on private property and all work related to the service line must be approved by a City of Fort Worth Plumbing Inspector. A copy of the plumbing permit shall be provided to the Engineer prior to beginning work on the sanitary sewer service re-route and proof of final acceptance by the Plumbing Inspector shall be provided to the Engineer upon completion of the sanitary sewer re-route. Payment for work and materials such as backfill, removal of existing clean -outs, plugging the abandoned sewer service line, double checking the grade of the installed service line, pipe fittings, surface restoration on private property (to match existing), and all other associated work for service replacements in excess of four (4) linear feet shall be included in the linear foot price bid for sanitary sewer service line replacement on private property or public right of way. Payment for all work and material involving the "tap" shall be included in the price bid for sanitary sewer service taps. D- 29 REMOVAL, SALVAGE, AND ABANDONMENT OF EXISTING FACILITIES Any removal, salvaging and/or abandonment of existing facilities will necessarily be required as shown on the plans, and/or described in these Special Contract Documents in addition to those located in the field and identified by the Engineer. This work shall be done in accordance with 03/1 z/09 S C-20 M UW M M .. s ►.. PART D - SPECIAL CONDITIONS .. Section E2-1.5 Salvaging of Material and E2-2.7 Removing Pipe, of the General Contract Documents and Specifications, unless amended or superseded by requirements of this Special Condition. A. SALVAGE OF EXISTING WATER METER AND METER BOX: Existing water meter and meter box shall be removed and returned to the Water Department warehouse by the Contractor in accordance with Section E2-1.5 Salvaging of Materials. aw B. SALVAGE OF EXISTING WATER METER AND CONCRETE VAULT LID: Existing water meter and concrete vault lid shall be removed and returned to the Water Department warehouse by the Contractor in accordance with Section E2-1.5 Salvaging of Materials. The concrete vault shall be demolished in place to a point not less than 18 inches below final grade. The concrete vault shall then be backfilled and compacted in accordance with backfill method �. as specified in Section E2-2.9 Backfill. Backfill material shall be suitable excavated material approved by the Engineer. Surface restoration shall be compatible with existing surrounding surface and grade. C. SALVAGE OF EXISTING FIRE HYDRANTS: Existing fire hydrants shall be removed and returned to the Water Department warehouse by the Contractor in accordance with Section _ E2-1.5 Salvaging of Materials. The void shall be backfilled and compacted in accordance with backfill method as specified in Section E2-2.9 Backfill. Backfill material shall be suitable excavated material approved by the Engineer. Surface restoration shall be compatible with existing surrounding surface and grade. D. SALVAGE OF EXISTING GATE VALVE: Existing gate valve and valve box and lid shall be removed and returned to the Water Department warehouse by the Contractor in accordance with Section E2-1.5 Salvaging of Materials. The void area caused by the valve removal shall be backfilled and compacted in accordance with backfill method as specified in Section E2-2.9 Backfill. Backfill material shall be suitable excavated material approved by the Engineer. •• Surface restoration shall be compatible with existing surrounding surface and grade. If the valve is in a concrete vault, the vault shall be demolished in place to a point no less than 18" below final grade. E. ABANDONMENT OF EXISTING GATE VALVE: Existing gate valve and box lid shall be abandoned by first closing the valve to the fully closed position and demolishing the valve box in place to a point not less than 18 inches below final grade. Concrete shall then be used as backfill material to match existing grade. F. ABANDONMENT OF EXISTING VAULTS: Vaults to be demolished in place shall have top slab and lid removed and vault walls demolished to a point not less than 18" below final grade. The void area caused shall then be backfilled and compacted in accordance with backfill method as specified in Section E2-2.9 Backfill. Backfill material shall be suitable excavated material approved by the Engineer. Surface restoration shall be compatible with the existing surrounding grade. •• G. ABANDONMENT OF MANHOLES: Manholes to be abandoned in place shall have all pipes entering or exiting the structure plugged with lean concrete. Manhole top or cone section shall be removed to the top of the full barrel diameter section, or to point not less than 18 inches below final grade. The structure shall then be backfilled and compacted in accordance with backfill method as specified in Section E2-2.9 Backfill. Backfill material may be either clean MM SC-21 .. PART D - SPECIAL CONDITIONS washed sand of clean, suitable excavated material approved by the Engineer. Surface restoration shall be compatible with surrounding service surface. Payment for work involved in backfilling, plugging of pipe(s) and all other appurtenances required, shall be included in the appropriate bid item - Abandon Existing Sewer Manhole. H. REMOVAL OF MANHOLES: Manholes to be removed shall have all pipes entering or exiting the structure disconnected. The complete manhole, including top or cone section, all full barrel diameter section, and base section shall be removed. The excavation shall then be backfilled and compacted in accordance with backfill method as specified in Section E2-2.9 Backfill. Backfill material may be with Type C Backfill or Type B Backfill, as approved by the Engineer. Surface restoration shall be compatible with surrounding surface. I. CUTTING AND PLUGGING EXISTING MAINS: At various locations on this project, it may be required to cut, plug, and block existing water mains/services or sanitary sewer mains/services in order to abandon these lines. Cutting and plugging existing mains and/or services shall be considered as incidental and all costs incurred will be considered to be included in the linear foot bid price of the pipe, unless separate trenching is required. REMOVAL OF EXISTING PIPE: Where removal of the existing pipe is required, it shall be the Contractor's responsibility to properly dispose of all removed pipe. All removed valves, fire hydrants and meter boxes shall be delivered to Water Department Field Operation, Storage Yard. C. PAYMENT: Payment for all work and material involved in salvaging, abandoning and/or removing existing facilities shall be included in the linear foot bid price of the pipe, except as follows: separate payment will be made for removal of all fire hydrants, gate valves, 16 inch and larger, and sanitary sewer manholes, regardless of location. Payment will be made for salvaging, abandoning and/or removing all other existing facilities when said facility is not being replaced in the same trench (i.e., when removal requires a separate trench). L. ABANDONMENT OF EXISTING SEWER LINES: Where plans call for abandonment of existing sewer mains after the construction of a new sewer main, the Contractor shall be responsible for TV inspection of 100% of the existing sewer main to be abandoned to make a final determination that all existing service connections have been relocated to the new main. Once this determination has been made, the existing main will be abandoned as indicated above in Item I. 03112109 SC-22 r. am ow r bm PART D - SPECIAL CONDITIONS .. D- 30 DETECTABLE WARNING TAPES Detectable underground utility warning tapes which can be located from the surface by a pipe detector shall be installed directly above non-metallic water and sanitary sewer pipe. The .� detectable tape shall be "Detect Tape" manufactured by Allen Systems, Inc. or approved equal, and shall consist of a minimum thickness 0.35 mils solid aluminum foil encased in a protective inert plastic jacket that is impervious to all known alkalis, acids, chemical reagents and solvents found in the soil. The minimum overall thickness of the tape shall be 5.5 mils, and the width shall not be less than two inches with a minimum unit weight of 2'/z pounds/1 inch/100'. The tape shall be color coded and imprinted with the message as follows: Tvpe of Utility Color Code Leqends Water Safety Blue Caution! Buried Water Line Below Sewer Safety Green Caution! Buried Sewer Line Below Installation of detectable tapes shall be per manufacturer's recommendations and shall be as close to the grade as is practical for optimum protection and detectability. Allow a minimum of 18 inches between the tape and the pipe. Payment for work such as backfill, bedding, blocking, detectable ,., tapes, and all other associated appurtenances required shall be included in the unit price bid for the appropriate bid item(s). D- 31 PIPE CLEANING Joints shall be wiped and then inspected for proper installation by the inspectors_ Each joint shall be swept daily and kept clean during installation. A temporary night plug shall be installed on all exposed pipe ends during any period of work stoppage. D- 32 DISPOSAL OF SPOIUFILL MATERIAL "' Prior to the disposing of any spoil/fill material, the Contractor shall advise the City of Fort Worth's Flood Plain Administrator ("Administrator"), of the location of all sites where the Contractor intends to dispose of such material. Contractor shall not dispose of such material until the proposed sites .w have been determined by the Administrator to meet the requirements of the Flood Plain Ordinances of the City of Fort Worth (Ordinance No. 10056). All disposal sites must be approved by the Administrator to ensure that filling is not occurring within a floodplain without a permit. A ., floodplain permit can be issued upon approval of necessary Engineering studies. No fill permit is required if disposal sites are not in a floodplain. Approval of the Contractor's disposal sites shall be evidenced by a letter signed by the Administrator stating that the site is not in a known flood plain or by a Flood Plain Fill Permit authorizing fill within the flood plain. Any expenses associated with obtaining the fill permit, including any necessary Engineering studies, shall be at the Contractor's expense. In the event that the Contractor disposes of spoil/fill material at a site without a fill permit or a letter from the administrator approving the disposal site, Contractor shall remove the spoil/fill material at his expense and dispose of such materials in accordance with the Ordinances of the City and this section. D- 33 MECHANICS AND MATERIALMEN'S LIEN The Contractor shall be required to execute a release of mechanics and material men's liens upon receipt of payment. D- 34 SUBSTITUTIONS 0311ZW SC-23 PART D - SPECIAL CONDITIONS The specifications for materials set out the minimum standard of quality, which the City believes necessary to procure a satisfactory project. No substitutions will be permitted until the Contractor has received written permission of the Engineer to make a substitution for the material, which has been specified. Where the term "or equal", or "or approved equal" is used, it is understood that if a material, product, or piece of equipment bearing the name so used is furnished, it will be approvable, as the particular trade name was used for the purpose of establishing a standard of quality acceptable to the City. If a product of any other name is proposed for use, the Engineer's approval thereof must be obtained before the Contractor procures the proposed substitute. Where the term "or equal", or "or approved equal" is not used in the specifications, this does not necessarily exclude alternative items or material or equipment which may accomplish the intended purpose. However, the Contractor shall have the full responsibility of proving that the proposed substitution is, in fact, equal, and the Engineer, as the representative of the City, shall be the sole judge of the acceptability of substitutions. The provisions of this sub -section as related to "substitutions" shall be applicable to all sections of these specifications. D- 35 PRE -CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER A. GENERAL: Prior to the reconstruction, ALL sections of existing sanitary sewer lines to be abandoned, removed (except where being replaced in the same location), or rehabilitated (pipe enlargement, cured -in -place pipe, fold and form pipe, slip -line, etc.), shall be cleaned, and a television inspection performed to identify any active sewer service taps, other sewer laterals and their location. Work shall consist of furnishing all labor, material, and equipment necessary for the cleaning and inspection of the sewer lines by means of closed circuit television. Satisfactory precautions shall be taken to protect the sewer lines from damage that might be inflicted by the improper use of cleaning equipment. HIGH VELOCITY JET (HYDROCLEANING) EQUIPMENT: The high -velocity sewer line cleaning equipment shall be constructed for easy and safe operation. The equipment shall also have a selection of two or more high -velocity nozzles. The nozzles shall be capable of producing a scouring action from 15 to 45 degrees in all size lines designated to be cleaned. Equipment shall also include a high -velocity gun for washing and scouring manhole walls and floor. The gun shall be capable of producing flows from a fine spray to a solid stream. The equipment shall carry its own water tank, auxiliary engines, pumps, and hydraulically driven hose reel. Hydraulically Propelled Equipment shall be of a movable dam type and be constructed in such a way that a portion of the dam may be collapsed at any time during the cleaning operation to protect against flooding of the sewer. The movable dam shall be equal in diameter around the outer periphery to ensure removal of grease. If sewer cleaning balls or other equipment, which cannot be collapsed, is used, special precautions to prevent flooding of the sewers and public or private property shall be taken. The flow of sewage present in the sewer lines shall be utilized to provide necessary fluid for hydraulic cleaning devices whenever possible. 2. CLEANING PROCEDURES: The designated sewer manholes shall be cleaned using high - velocity jet equipment. The equipment shall be capable of removing dirt, grease, rocks, sand, and other materials and obstructions from the sewer lines and manholes. If cleaning of an entire section cannot be successfully performed from one manhole, the equipment shall be set up on the other manhole and cleaning again attempted. If, again, successful cleaning cannot be performed or equipment fails to traverse the entire manhole section, it will be assumed that a major blockage exists, and the cleaning effort shall be abandoned. 03112109 SC-24 No .r .. W .: aw r" am PART D - SPECIAL CONDITIONS When additional quantities of water from fire hydrants are necessary to avoid delay in normal working procedures, the water shall be conserved and not used unnecessarily. No fire hydrant shall be obstructed in case of a fire in the area served by the hydrant. Before using any water from the City Water Distribution System, the Contractor shall apply for and receive permission from the Water Department. The Contractor shall be responsible for the water meter and related charges for the setup, including the water usage bill. All expenses shall be considered incidental to cleaning. 3. DEBRIS REMOVAL AND DISPOSAL: All sludge, dirt, sand, rock, grease, and other solid or semisolid material resulting from the cleaning operation shall be removed at the downstream manhole of the section being cleaned. Passing material from manhole section to manhole section, which could cause line stoppages, accumulations of sand in wet wells, or damage pumping equipment, shall not be permitted. 4. All solids or semisolid resulting from the cleaning operations shall be removed from the site and disposed of at a site designated by the Engineer. All materials shall be removed from Iwo the site no less often than at the end of each workday and disposed of at no additional cost to the City. 5. UNDER NO CIRCUMSTANCE SHALL SEWAGE OR SOLIDS REMOVED THEREFROM BE DUMPED ONTO STREETS OR INTO DITCHES, CATCH BASINS, STORM DRAINS OR SANITARY SEWER MANHOLES. 6. TELEVISION INSPECTION EQUIPMENT: The television camera used for the inspection shall be one specifically designed and constructed for such inspection. Lighting for the camera shall be suitable to allow a clear picture of the entire periphery of the pipe. The camera shall be operative in 100% humidity conditions. The camera, television monitor, and other components of the video system shall be capable of producing picture quality to the satisfaction of the Engineer; and if unsatisfactory, equipment shall be removed and no •+ payment will be made for an unsatisfactory inspection. B. EXECUTION: 1. TELEVISION INSPECTION: The camera shall be moved through the line in either direction at a moderate rate, stopping when necessary to permit proper documentation of any sewer service taps. In no case will the television camera be pulled at a speed greater than 30 feet per minute. Manual winches, power winches, TV cable, and powered rewinds or other devices that do not obstruct the camera view or interfere with proper documentation shall be used to move the camera through the sewer line. When manually operated winches are used to pull the television camera through the line, telephones or other suitable means of communications shall be set up between the two manholes of the section being inspected to ensure good communications between members of the crew. -� The importance of accurate distance measurements is emphasized. All television inspection videotapes shall have a footage counter_ Measurement for location of sewer service taps shall be above ground by means of meter device. Marking on the cable, or the like, which would require interpolation for depth of manhole, will not be allowed. Accuracy 03/12i09 SC-25 PART D - SPECIAL CONDITIONS of the distance meter shall be checked by use of a walking meter, roll -a -tape, or other suitable device, and the accuracy shall be satisfactory to the Engineer. The City makes no guarantee that all of the sanitary sewers to be entered are clear for the bw passage of a camera. The methods used for securing passage of the camera are to be at the option of the Contractor. The cost of retrieving the Television camera, under all circumstances, when it becomes lodged during inspection, shall be incidental to Television .. inspection. 2. DOCUMENTATION- Television Inspection Logs: Printed location records shall be kept by the Contractor and will clearly show the location in relation to an adjacent manhole of each sewer service taps observed during inspection. In addition, other points of significance such as locations of unusual conditions, roots, storm sewer connections, broken pipe, presence of scale and corrosion, and other discernible features will be recorded, and a copy of such records will be supplied to the City. 3. PHOTOGRAPHS: Instant developing, 35 mm, or other standard -size photographs of the television picture of problems shall be taken by the Contractor upon request of the Engineer, as long as such photographing does not interfere with the Contractor's operations. 4. VIDEOTAPE RECORDINGS: The purpose of tape recording shall be to supply a visual and audio record of problem areas of the lines that may be replayed. Video tape recording playback shall be at the same speed that it was recorded. The television tapes shall be furnished to the City for review immediately upon completion of the television inspection and may be retained a maximum of 30 calendar days. Equipment shall be provided to the City by the Contractor for review of the tapes. The Engineer will return tapes to the Contractor upon completion of review. Tapes shall not be erased without the permission of the Engineer. If the tapes are of such poor quality that the Engineer is unable to evaluate the condition of the sewer line or to locate service connections, the Contractor shall be required to re -televise and provide a good tape of the line at no additional cost to the City. If a good tape cannot be provided of such quality that .: can be reviewed by the Engineer, no payment for televising this portion shall be made. Also, no payment shall be made for portions of lines not televised or portions where manholes cannot be negotiated with the television camera. ., THE TAPES SHALL BE SUBMITTED TO THE ENGINEER PRIOR TO CONSTRUCTION FOR REVIEW AND DETERMINATION OF SAGS. Upon completion of review of the tapes by the Engineer, the Contractor will be notified as to which sections of the sanitary sewer are to be corrected. The Engineer will return tapes to the Contractor upon completion of review. All costs associated with this work shall be incidental to unit prices bid for items under Television Inspection of the Proposal. C. PAYMENT OF CLEANING AND PRE -CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWERS: The cost for Pre -Construction Cleaning and Television Inspection of sanitary sewers shall be per linear foot of sewer actually televised. The Contractor shall - provide the Engineer with tapes of a quality that the particular piece of sewer can be readily 03/12/09 SC-26 am PART D - SPECIAL CONDITIONS _ evaluated as to existing sewer conditions and for providing appropriate means for review of the tapes by the Engineer including collection and removal, transportation and disposal of sand and debris from the sewers to a legal dump site_ Television inspection shall include necessary cleaning (hydraulic jet or mechanical cleaner) to provide video image required for line analysis. "" The primary purpose of cleaning is for television inspection and rehabilitation; when a portion of a line is not or cannot be televised or rehabilitated, the cleaning of that portion of line shall be incidental and no payment shall be made. aw The City makes no guarantee that all of the sanitary sewers to be entered are clear for the passage of a camera. The methods used for securing passage of the camera are to be at the ,, option of the Contractor, and the costs must be included in the bid price for TV Inspections. The cost of retrieving the TV Camera, under all circumstances, when it becomes lodged during inspection, shall be incidental to TV Inspection. Im The item shall also include all costs of installing and maintaining any bypass pumping required to provide reliable, regular sewer service to the area residents. All bypass pumping shall be ow incidental to the project. D- 36 VACUUM TESTING OF SANITARY SEWER MANHOLES ow D. GENERAL: This item shall govern the vacuum testing of all newly constructed sanitary sewer manholes. B. EXECUTION: 1. TEST PROCEDURE: Manholes shall be vacuum tested prior to any interior grouting with all connections in place. Lift holes shall be plugged, and all drop -connections and gas sealing connections shall be installed prior to testing. The sewer lines entering the manhole shall be plugged and braced to prevent the plugs from being drawn into the manhole. The plugs shall be installed in the lines beyond the drop -connections, gas sealing connections, etc. The test head shall be placed inside the frame at the top of the manhole and inflated in accordance with the manufacturer's +.. recommendations. A vacuum of ten inches of mercury (10"Hg) shall be drawn and the vacuum pump will be turned off. With the valve closed, the level of vacuum shall be read after the required test time. The required test time shall be determined from the Table I below in accordance with ASTM C1244-93: Table I MINIMUM TIME REQUIRED FOR VACUUM DROP OF 1" Hg (10"Hg - 9"Hg) (SEC) Depth of MH. 48-Inch Dia. 60-Inch Dia. 4. (FT.) Manhole Manhole 0 to 16' 40 sec. 52 sec. .. 18' 45 sec. 59 sec. 20' 50 sec. 65 sec. �- 0311ZW SC-27 r PART D - SPECIAL CONDITIONS 22' 55 sec. 72 sec. 24' 59 sec. 78 sec. 26' 64 sec. 85 sec. 28' 69 sec. 91 sec. 30' 74 sec. 98 sec. For Each 5 sec. 6 sec. Additional 2' ACCEPTANCE: The manhole shall be considered acceptable, if the drop in the level of vacuum is less than one -inch of mercury (1" Hg) after the required test time. Any manhole, which fails to pass the initial test, must be repaired by either pressure grouting through the manhole wall or digging to expose the exterior wall of the manhole in order to locate the leak and seal it with an epoxy sealant. The manhole shall be retested as described above until it has successfully passed the test. Following completion of a successful test, the manhole shall be restored to its normal condition, all temporary plugs shall be removed, all braces, equipment, and debris shall be removed and disposed of in a manner satisfactory to the Engineer. C. PAYMENT: Payment for vacuum testing of sanitary sewer manholes shall be paid at the contract. price per each vacuum test. This price shall include all material, labor, equipment, and all incidentals, including all bypass pumping, required to complete the test as specified herein. D- 37 BYPASS PUMPING The Contractor shall bypass the sewage around the section or sections of sewer to be rehabilitated and/or replaced. The bypass shall be made by plugging existing upstream manhole and pumping the sewage into a downstream manhole or adjacent system or other method as may be approved by the Engineer. The pump and bypass lines shall be of adequate capacity and size to handle the flow without sewage backup occurring to facilities connected to the sewer. Provisions shall be made at driveways and street crossings to permit safe vehicular travel without interrupting flow in the bypass system. Under no circumstances will the Contractor be permitted to discharge sewage into the trenches. Payment shall be incidental to rehabilitation or replacement of the sewer line. D- 38 POST -CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER A. GENERAL: After construction, ALL sections of sanitary sewer lines shall have a television inspection performed by an independent sub -Contractor hired by the prime Contractor. Work shall consist of furnishing all labor, material, and equipment necessary for inspection of the sewer lines by means of closed circuit television. Satisfactory precautions shall be taken to protect the sewer lines from damage that might be inflicted by the improper use of cleaning equipment. B. TELEVISION INSPECTION EQUIPMENT: The television camera used for the inspection shall be one specifically designed and constructed for such inspection. Lighting for the camera shall be operative in 100% humidity conditions. The camera, television monitor, and other components of the video system shall be capable of producing picture quality to the .. Im No ow aw No sm .. .w ow aw so No 03112109 SC-28 .. PART D - SPECIAL CONDITIONS .. satisfaction of the Engineer; and if unsatisfactory, equipment shall be removed and no payment will be made for an unsatisfactory inspection. C. EXECUTION: .. 1. TELEVISION INSPECTION: The camera shall be moved through the line in either direction at a moderate rate, stopping when necessary to permit proper documentation of an any sewer service taps. In no case will the television camera be pulled at a speed greater than 30 feet per minute. Manual winches, power winches, TV cable, and powered rewinds or other devices that do not obstruct the camera view or interfere with proper No documentation shall be used to move the camera through the sewer line. No more than 2000 linear feet of pipe will be televised at one time for review by the Engineer. ,. When manually operated winches are used to pull the television camera through the line, telephones or other suitable means of communications shall be set up between the two manholes of the section being inspected to ensure good communications between members of the crew. The importance of accurate distance measurements is emphasized. All television am inspection video tapes shall have a footage counter. Measurement for location of sewer service taps shall be above ground by means of meter device. Marking on the cable, or the like, which would require interpolation for depth of manhole, will not be allowed. Accuracy of the distance meter shall be checked by use of a walking meter, roll -a -tape, or other ow suitable device, and the accuracy shall be satisfactory to the Engineer. The City makes no guarantee that all of the sanitary sewers to be entered are clear for the sm passage of a camera. The methods used for securing passage of the camera are to be at the option of the Contractor. The cost or retrieving the Television camera, under all circumstances, when it becomes lodged during inspection, shall be incidental to Television .. inspection. Sanitary sewer mains must be laced with enough water to fill all low pints. The television 4W inspection must be done immediately following the lacing of the main with no water flow. If sewer is active, flow must be restricted to provide a clear image of sewer being inspected. 2. DOCUMENTATION: Television Inspection Logs: Printed location records shall be kept by "� the Contractor and will clearly show the location in relation to an adjacent manhole of each sewer service tap observed during inspection. All television logs shall be referenced to no stationing as shown on the plans. A copy of these television logs will be supplied to the City. 3. PHOTOGRAPHS: Instant developing, 35 mm, or other standard -size photographs of the - television picture of problems shall be taken by the Contractor upon request of the Engineer, as long as such photographing does not interfere with the Contractor's operations. 4. VIDEOTAPE RECORDINGS: The purpose of tape recording shall be to supply a visual and audio record of problem areas of the lines that may be replayed. Video tape recording playback shall be at the same speed that it was recorded. The television tapes shall be furnished to the City for review immediately upon completion of the television inspection -� 03/Itio9 SC-29 WE PART D - SPECIAL CONDITIONS .. and may be retained a maximum of 30 calendar days. Equipment shall be provided to the City by the Contractor for review of the tapes. Tapes will be returned to the Contractor upon completion of review by the Engineer. Tapes shall not be erased without the permission of the Engineer. If the tapes are of such poor quality that the Enqineer is unable to evaluate the condition of the sewer line or to locate service connections, the Contractor shall be required to re- .. televise and provide a qood tape of the line at no additional cost to the City. If a good tape cannot be provided of such quality that can be reviewed by the Engineer, no payment for televising this portion shall be made. Also, no payment shall be made for portions of lines not televised or portions where manholes cannot be negotiated with the television camera. ` D. PAYMENT OF POST -CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWERS: The cost for post -construction Television Inspection of sanitary sewers shall be per "' linear foot of sewer televised. The Contractor shall provide the Engineer with tapes of a quality that the particular piece of sewer can be readily evaluated as to sewer conditions and for providing appropriate means for review of the tapes by the Engineer. .. Television inspection shall include necessary cleaning (hydraulic jet or mechanical cleaner) to provide video image required for line analysis. The quantity of TV inspection shall be ... measured as the total length of new pipe installed. All costs associated with this work shall be included in the appropriate bid item - Post -Construction Television Inspection. The item shall also include all costs of installing and maintaining any bypass pumping required to provide reliable, regular sewer service to the area residents. All bypass pumping shall be incidental to the project. am D- 39 SAMPLES AND QUALITY CONTROL TESTING A. The Contractor shall furnish, at its own expense, certifications by a private laboratory for all materials proposed to be used on the project, including a mix design for any asphaltic and/or Portland cement concrete to be used, and gradation analysis for sand and crushed stone to be used along with the name of the pit from which the material was taken. The contractor shall T provide manufacturer's certifications for all manufactured items to be used in the project and will bear any expense related thereto. B. Tests of the design concrete mix shall be made by the contractor's laboratory at least nine "' days prior to the placing of concrete using the same aggregate, cement, and mortar which are to be used later in the concrete. The Contractor shall provide a certified copy of the test results to the City. C. Quality control testing of in -place material on this project will be performed by the city at its own expense. Any retesting required as a result of failure of the material to meet project specifications will be at the expense of the contractor and will be billed at commercial rates as determined by the City. The failure of the City to make any tests of materials shall in no way relieve the contractor of its responsibility to furnish materials and equipment conforming to the requirements of the contract. D. Not less than 24 hours notice shall be provided to the City by the Contractor for operations requiring testing. The Contractor shall provide access and trench safety system (if required) No for the site to be tested, and any work effort involved is deemed to be included in the unit price for the item being tested. am ON1210g S C-3 0 w PART D - SPECIAL CONDITIONS w w 4W MW .. WX no no 4W E. The Contractor shall provide a copy of the trip ticket for each load of fill material delivered to the job site. The ticket shall specify the name of the pit supplying the fill material. D- 40 TEMPORARY EROSION, SEDIMENT, AND WATER POLLUTION CONTROL (FOR DISTURBED AREAS LESS THAN 1 ACRE) A. DESCRIPTION: This item shall consist of temporary soil erosion sediment and water pollution control measures deemed necessary by the Engineer for the duration of the contract. These control measures shall at no time be used as a substitute for the permanent control measures unless otherwise directed by the Engineer and they shall not include measures taken by the CONTRACTOR to control conditions created by his construction operations. The temporary measures shall include dikes, dams, berms, sediment basins, fiber mats, jute netting, temporary seeding, straw mulch, asphalt mulch, plastic liners, rubble liners, baled -hay retards, dikes, slope drains and other devices. B. CONSTRUCTION REQUIREMENTS: The Engineer has the authority to define erodible earth and the authority to limit the surface area of erodible -earth material exposed by preparing right- of-way, clearing and grubbing, the surface area of erodible -earth material exposed by excavation, borrow and to direct the CONTRACTOR to provide temporary pollution -control measures to prevent contamination of adjacent streams, other water courses, lakes, ponds or other areas of water impoundment. Such work may involve the construction of temporary berms, dikes, dams, sediment basins, slope drains and use of temporary mulches, mats, seeding, or other control devices or methods directed by the Engineer as necessary to control soil erosion. Temporary pollution -control measures shall be used to prevent or correct erosion that may develop during construction prior to installation of permanent pollution control features, but are not associated with permanent control features on the project. The Engineer will limit the area of preparing right-of-way, clearing and grubbing, excavation and borrow to be proportional to the CONTRACTOR'S capability and progress in keeping the finish grading, mulching, seeding, and other such permanent pollution -control measures current in accordance with the accepted schedule. Should seasonal conditions make such limitations unrealistic, temporary soil -erosion -control measures shall be performed as directed by the Engineer. 2. Waste or disposal areas and construction roads shall be located and constructed in a manner that will minimize the amount of sediment entering streams. •s 3. Frequent fordings of live streams will not be permitted; other structures shall be used wherever an appreciable •• necessary. Unless otherwise approved in writing by the shall not be operated in live streams. as so ON therefore, temporary bridges or number of stream crossings are Engineer, mechanized equipment 4. When work areas or material sources are located in or adjacent to live streams, such areas shall be separated from the stream by a dike or other barrier to keep sediment from entering a flowing stream. Care shall be taken during the construction and removal of such barriers to minimize the muddying of a stream. 5. All waterways shall be cleared as soon as practicable of false work, piling, debris or other obstructions placed during construction operations that are not a part of the finished work. "' 03r12/09 SC-31 PART D - SPECIAL CONDITIONS 6. The Contractor shall take sufficient precautions to prevent pollution of streams, lakes and reservoirs with fuels, oils, bitumen, calcium chloride or other harmful materials. He shall conduct and schedule his operations so as to avoid or minimize siltation of streams, lakes and reservoirs and to avoid interference with movement of migratory fish. .. C. MEASUREMENT AND PAYMENT: All work, materials and equipment necessary to provide temporary erosion control shall be considered subsidiary to the contract and no extra pay will be given for this work. D- 41 INGRESS AND EGRESS/OBSTRUCTION OF ACCESS TO DRIVES The Contractor shall provide ingress and egress to the property being crossed by this construction and adjacent property when construction is not in progress and at night. Drives shall be left accessible at night, on weekends, and during holidays.. The Contractor shall conduct his activities .. to minimize obstruction of access to drives and property during the progress of construction. Notification shall be made to an owner prior to his driveway being removed and/or rebuilt. D- 42 PROTECTION OF TREES, PLANTS AND SOIL All property along and adjacent to the Contractors' operations including lawns, yards, shrubs, trees, etc., shall be preserved or restored after completion of the work, to a condition equal to or r• better than prior to start of work. Any trees or other landscape features scarred or damaged by the Contractor's operations shall be restored or replaced at the Contractor's expense. Trimming or pruning to facilitate the work will be permitted only by experienced workmen in an approved manner (No trimming or pruning without the property owners' consent). Pruned limbs of 1" diameter or larger shall be thoroughly treated .. as soon as possible with a tree wound dressing. By ordinance, the Contractor must obtain a permit from the City Forester before any work (trimming, removal, or root pruning) can be done on trees or shrubs growing on public property including street Rights -of -Ways and designated alleys. This permit can be obtained by calling the Forestry Office at 817-392-5738. All tree work shall be in compliance with pruning standards for Class II Pruning as described by the National Arborist Association. A copy of these standards can be provided by calling the above number. Any damage to public trees due to negligence by the Contractor shall be assessed using the current formula for Shade Tree Evaluation as defined by the International Society of Arboriculture. Payment for negligent damage to public trees shall be •- made to the City of Fort Worth and may be withheld from funds due the Contractor by the City. To prevent the spread of the Oak Wilt fungus, all wounds on Live Oak and Red Oak trees shall be .. immediately sealed using a commercial pruning paint. No separate payment will be made for any of the work involved for this item and all costs incurred will be considered a subsidiary cost of the project. D- 43 SITE RESTORATION a The contractor shall be responsible for restoring the site to original grade and condition after completion of his operations subject to approval of the Engineer. The basis for approval by the Engineer will be grade restoration to plus minus one -tenth (0.1) of a foot. 03/12/09 SC-32 PART D - SPECIAL CONDITIONS em D- 44 CITY OF FORT WORTH STANDARD PRODUCT LIST Proposed products submitted in the bid documents must appear in the latest "City of Fort Worth Standard Product List, for the bid to be considered responsive. Products and processes listed in .e the "City of Fort Worth Standard Product List shall be considered to meet City of Fort Worth minimum technical requirements. .. D- 45 TOPSOIL, SODDING, SEEDING & HYDROMULCHING This item shall be performed in accordance with the City of Fort Worth Parks and Community -+ Services Department Specifications for Topsoil, Sodding and Seeding. 1. TOPSOIL No DESCRIPTION: This item will consist of furnishing and placing a minimum of six (6) inches of topsoil, free from rock and foreign material, in all parkways and medians to the lines and 1W grades as established by the Engineer. CONSTRUCTION METHODS: Topsoil will be secured from borrow sources as required to supplement material secured from street excavation. All excavated materials from streets which is suitable for topsoil will be used in the parkways and medians before any topsoil is obtained from a borrow source. Topsoil material secured from street excavation shall be stockpiled at locations approved by the Engineer, and at completion of grading and paving operations, topsoil shall be placed on parkway areas so as to provide a minimum six (6) inches of compacted depth of topsoil parkways. No 2. SODDING DESCRIPTION: Sodding will consist of furnishing and planting Bermuda, Buffalo or St. +o Augustine grass in the areas between the curbs and walks, on terraces, in median strips, on embankments or cut slopes, or in such areas as designated on the Drawings and in accordance with the requirements of this Specification. Recommended Buffalo grass varieties .w for sodding are Prairie and 609. MATERIALS: Sod shall consist of live and growing Bermuda, Buffalo or St. Augustine grass secured from sources where the soil is fertile. Sod to be placed during the dormant state of these grasses shall be alive and acceptable. Bermuda and Buffalo grass sod shall have a healthy, virile root system of dense, thickly matted roots throughout a two (2) inch minimum thickness, of native soil attached to the roots. St. Augustine grass sod shall have a healthy, virile root system of dense, thickly matted roots throughout a one (1) inch minimum thickness of native soil attached to the roots. The sod shall be free from obnoxious weeds or other grasses and shall not contain any matter deleterious to its growth or which might affect its subsistence or hardiness when transplanted. Sod to be placed between curb and walk and on terraces shall be the same type grass as .. adjacent grass or existing lawn. Care shall be taken at all times to retain native soil on the roots of the sod during the process ,., of excavating, hauling, and planting. Sod material shall be kept moist from the time it is dug until planted. When so directed by the Engineer, the sod existing at the source shall be M" 03112109 SC-33 PART D - SPECIAL CONDITIONS watered to the extent required prior to excavating. Sod material shall be planted within three .o days after it is excavated. CONSTRUCTION METHODS: After the designated areas have been completed to the lines, .. grades, and cross -sections shown on the Drawings and as provided for in other items of the contract, sodding of the type specified shall be performed in accordance with the requirements hereinafter described. Sodding shall be either "spot" or "block"; either Bermuda, Buffalo or St. Augustine grass. a. Spot Sodding M. Furrows parallel to the curb line or sidewalk lines, twelve (12) inches on centers or to the dimensions shown on the Drawings, shall be opened on areas to be sodded. In all furrows, sod approximately three (3) inches square shall be placed on twelve (12) inch centers at " proper depth so that the top of the sod shall not be more than one-half (1/2) inch below the finished grade. Holes of equivalent depth and spacing may be used instead of furrows. The soil shall be firm around each block and then the entire sodded area shall be carefully .o rolled with a heavy, hand roller developing fifteen (15) to twenty-five (25) pounds per square inch compression. Hand tamping may be required on terraces. .. b. Block Sodding. At locations on the Drawings or where directed, sod blocks shall be carefully placed on the prepared areas. The sod shall be so placed that the entire designated area shall be covered, and any voids left in the block sodding shall be filled with additional sod and tamped. The entire sodded area shall be rolled and tamped to form a thoroughly compact solid mass. Surfaces of block sod, which, in the opinion of the Engineer, may slide due to .. the height or slope of the surface or nature of the soil, shall, upon direction of the Engineer, be pegged with wooden pegs driven through the sod block to the firm earth, sufficiently close to hold the block sod firmly in place. When necessary, the sodded areas shall be smoothed after planting has been completed and shaped to conform to the cross-section previously provided and existing at the time sodding operations were begun. Any excess dirt from planting operations shall be spread uniformly over the adjacent areas or disposed of as directed by the Engineer so that the completed surface will present a sightly appearance. The sodded areas shall be thoroughly watered immediately after they are planted and shall be subsequently watered at such times and in a manner and quantity directed by the i Engineer until completion and final acceptance of the project by the City of Fort Worth. 3. SEEDING DESCRIPTION: "Seeding" will consist of preparing ground, providing and planting seed or a mixture of seed of the kind specified along and across such areas as may be designated on the Drawings and in accordance with these Specifications. MATERIALS: 03112109 SC-34 aw PART D - SPECIAL CONDITIONS a. General. All seed used must carry a Texas Testing Seed label showing purity and 'r germination, name, type of seed, and that the seed meets all requirements of the Texas Seed Law. Seed furnished shall be of the previous season's crop and the date of analysis shown on each tag shall be within nine (9) months of time of delivery to the project. Each " variety of seed shall be furnished and delivered in separate bags or containers. A sample of each variety of seed shall be furnished for analysis and testing when directed by the Engineer. .. The specified seed shall equal or exceed the following percentages of Purity and germination: 'm Common Name Purity Germination Common Bermuda Grass 95% 90% a. Annual Rye Grass 95% 95% Tall Fescue 95% 90% Western Wheatgrass 95% 90% Buffalo Grass Varieties Im Top Gun 95% 90% Cody 95% 90% "" Table 120.2.(2)a. URBAN AREA WARM -SEASON SEEDING RATE (lbs.); Pure Live Seed (PLS) Mixture for Clav or Tiqht Soils Mixture for Sandv Soils Dates (Eastern Sections) (Western Sections) (All Sections) Feb 1 Bermudagrass 40 Buffalograss 80 Bermudagrass 60 to Buffalograss 60 Bermudagrass 20 Buffalograss 40 May 1 Total: 100 Total: 100 Total: 100 Table, 120.2.(2)b TEMPORARY COOL -SEASON SEEDING RATE; (lb.) Pure Live Seed (PLS) Dates (All Sections) Aug 15 Tall Fescue 50 to Western Wheatgrass 50 May 1 Annual Rye 50 Total: 100 .w CONSTRUCTION METHODS: After the designated areas have been completed to the lines, grades, and cross -sections shown on the Drawings and as provided for in other items of this Contract, seeding of the type specified shall be performed in accordance with the requirements hereinafter described. .. a. Watering. Seeded areas shall be watered as directed by the Engineer so as to prevent washing of the slopes or dislodgment of the seed. ow O-ViZ09 SC-35 MW PART D - SPECIAL CONDITIONS b. Finishing. Where applicable, the shoulders, slopes, and ditches shall be smoothed after +. seed bed preparation has been completed and shaped to conform to the cross-section previously provided and existing at the time planting operations were begun. BROADCAST SEEDING: The seed or seed mixture in the quantity specified shall be uniformly distributed over the areas shown on the Drawings and where directed. If the sowing of seed is by hand, rather than by mechanical methods, the seed shall be sown in two directions at right angles to each other. Seed and fertilizer shall be distributed at the same time provided the specified uniform rate of application for both is obtained. "Finishing" as specified in Section D- 45, Construction Methods, is not applicable since no seed bed preparation is required. DISCED SEEDING: Soil over the area shown on the Drawings as directed to be seeded shall be loosened to a minimum depth of three (3) inches and all particles in the seed bed shall be reduced to less than one (1) inch in diameter or they shall be removed. The area shall then be finished to line and grade as specified under "Finishing" in Section D-45, Construction Methods. The seed, or seed mixture, specified shall then be planted at the rate required and the application shall be made uniformly. If the sowing of seed is by hand rather than by mechanical methods, seed shall be raked or harrowed into the soil to a depth of approximately ,.. one -eight (1/8) inch. The planted area shall be rolled with a corrugated roller of the "Cultipacker" type. All rolling of the slope areas shall be on the contour. ASPHALT MULCH SEEDING: The soil over the area shown on the Drawings, or as directed to be seeded, shall be loosened to the minimum depth of three (3) inches and all particles in the seed bed shall be reduced to less than one (1) inch in diameter, or they shall be removed. The area shall then be finished to line and grade as specified under "Finishing" in Section D-45, Construction Methods. Water shall then be applied to the cultivated area of the seed bed until a minimum depth of six (6) inches is thoroughly moistened. After the watering, when the ground has become sufficiently dry to be loose and pliable, the �- seed, or seed mixture specified, shall then be planted at the rate required and the application shall be made uniformly. If the sowing of seed is by hand, rather than mechanical methods, the seed shall be sown in two directions at right angles to each other. Seed and fertilizer may be distributed at the same time, provided the specified uniform rate of application for both is obtained. After planting, the seed shall be raked or harrowed into the soil to a depth of approximately one -quarter (1/4) inch. The planted surface area and giving a smooth surface .. without ruts or tracks. In between the time compacting is completed and the asphalt is applied, the planted area shall be watered sufficiently to assure uniform moisture from the surface to a minimum of six (6) inches in depth. r The application of asphalt shall follow the last watering as rapidly as possible. Asphalt shall be of the type and grade as shown on the Drawings and shall conform to the requirements of the item 300, "Asphalts, Oils and Emulsions". If the type of asphalt to be used is not shown on the Drawings, or if Drawings are not included, then MS-2 shall be used. Applications of the asphalt shall be at a rate of three -tenths (0.3) gallons per square yard. It shall be applied to the area in such a manner so that a complete film is obtained and the finished surface shall be comparatively smooth. 03/12/09 SC-36 wo PART D - SPECIAL CONDITIONS RE -SEEDING OF AREAS PLANTED WITH COOL SEASONS SPECIES: Areas where temporary cool season species have been planted may be replanted beginning February 1 with warm season species as listed in Table 120.2(2)a. The re -seeding will be achieved in the following manner. The cool season species shall be mowed down to a height of one (1) inch to insure that slit -seeding equipment will be able to cut through the turf and achieve adequate soil penetration. 1W * Slit -seeding, is achieved through the use of an implement which cuts a furrow (slit) in the soil and places the seed in the slit which is then pressed close with a cult packer wheel .. 4. HYDROMULCH SEEDING: SRI If hydro mulch seeding is provided, seed mix shall have 95% purity of Bermuda grass and have a germination rate of 90%. Contractor shall ensure that the grass establishes. .. 5. CONSTRUCTION WITHIN PARK AREAS TURF RESTORATION OF PARK AREAS: FERTILIZER MW DESCRIPTION: "Fertilizer" will consist of providing and distributing fertilizer over such areas as are designated on the Drawings and in accordance with these Specifications. MATERIALS: All fertilizer used shall be delivered in bags or containers clearly labeled showing the analysis. The fertilizer is subject to testing by the City of Fort Worth in accordance with the Texas Fertilizer Law. A pelleted or granulated fertilizer shall be used with an analysis of 16-20- "' 0 or 16-5-8 or having the analysis shown on the Drawings. The figures in the analysis represent the percent of nitrogen, phosphoric acid, and potash nutrients respectively as determined by the methods of the Association of Official Agricultural Chemists. r In the event it is necessary to substitute a fertilizer of a different analysis, it shall be a pelleted or granulated fertilizer with a lower concentration. Total amount of nutrients furnished and aw applied per acre shall equal or exceed that specified for each nutrient. CONSTRUCTION METHODS: When an item for fertilizer is included in the Drawings and proposal, pelleted or granulated fertilizer shall be applied uniformly over the area specified to be fertilized and in the manner directed for the particular item of work. Fertilizer shall be dry and in good physical condition. Fertilizer that is powdered to caked will be rejected. Distribution of fertilizer as a particular item of work shall meet the approval of the Engineer. ..r Unless otherwise indicated on the Drawings, fertilizer shall be applied uniformly at the average rate of three hundred (300) pounds per acre for all types of "Sodding" and four hundred (400) pounds per acre for all types of "Seeding"_ MEASUREMENT: Topsoil secured from borrow sources will be measured by the square yard ow in place on the project site. Measurement will be made only on topsoils secured from borrow sources. Acceptable material for "Seeding" will be measured by the linear foot, complete in place. 03112109 SC-37 PART D - SPECIAL CONDITIONS No Acceptable material for "Sodding" will be measured by the linear foot, complete in place. to Acceptable material for "Fertilizer" shall be subsidiary to the price of sodding or seeding. PAYMENT: All work performed as ordered and measured shall be subsidiary to the contract unless and otherwise noted in the plans and bid documents to be paid for at the unit price bid for each item of work. Its price shall be full compensation for excavating (except as noted below), loading, hauling, placing and furnishing all labor, equipment, tools, supplies, and incidentals necessary to complete work. All labor, equipment, tools and incidentals necessary to supply, transport, stockpile and place topsoil or salvage topsoil as specified shall be included in "Seeding" or "Sodding" bid items and will not be paid for directly. "Spot sodding" or "block sodding" as the case may be, will be paid for at the contract unit price per square yard, complete in place, as provided in the proposal and contract. The contract unit price shall be the total compensation for furnishing and placing all sod; for all rolling and tamping; for all watering; for disposal of all surplus materials; and for all materials, labor, equipment, tools and incidentals necessary to complete the work, all in accordance with the Drawings and these Specifications. The work performed and materials furnished and measured as provided under "Measurement" shall be paid for at the unit price for "Seeding", or "Sodding", of the type specified, as the case may be, which price shall each be full compensation for furnishing all materials and for performing all operations necessary to complete the work accepted as follows: Fertilizer material and application will not be measured or paid for directly, but is considered subsidiary to Sodding and Seeding. D- 46 CONFINED SPACE ENTRY PROGRAM It shall be the responsibility of the contractor to implement and maintain a variable "CONFINED SPACE ENTRY PROGRAM" which must meet OSHA requirements for all its employees and subcontractors at all times during construction. All active sewer manholes, regardless of depth, are defined by OSHA, as "permit required confined spaces". Contractors shall submit an acceptable "CONFINED SPACE ENTRY PROGRAM" for all applicable manholes and maintain an active file for these manholes. The cost of complying with this program shall be subsidiary to the pay items involving work in confined spaces. 03112109 SC-38 .. W No .. No ■. 4W .. Im Im PART D - SPECIAL CONDITIONS D- 47 SUBSTANTIAL COMPLETION INSPECTION/FINAL INSPECTION 7. Prior to the final inspection being conducted for the project, the contractor shall contact the city inspector in writing when the entire project or a designated portion of the project is •• substantially complete. 8. The inspector along with appropriate City staff and the City's consultant shall make an .o inspection of the substantially completed work and prepare and submit to the contractor a list of items needing to be completed or corrected. ow 9. The contractor shall take immediate steps to rectify the listed deficiencies and notify the owner in writing when all the items have been completed or corrected. 10. Pano yment for substantial completion inspection as well as final inspection shall be subsidiary to the project price. Contractor shall still be required to address all other deficiencies, which are discovered at the time of final inspection. "' .11. Final inspection shall be in conformance with general condition item "C5-5.18 Final Inspection" of PART C - GENERAL CONDITIONS. D- 48 EXCAVATION NEAR TREES (WHERE IDENTIFIED ON THE PLANS) 1. The Contractor shall be responsible for taking measures to minimize damage to tree limbs, tree trunks, and tree roots at each work site. All such measures shall be considered as e. incidental work included in the Contract Unit Price bid for applicable pipe or structure installation except for short tunneling/tree augering. aw 2. Any and all trees located within the equipment operating area at each work site shall, at the direction of the Engineer, be protected by erecting a "snow fence" along the drip line or edge of the tree root system between tree and the construction area. +r 3. Contractor shall inspect each work site in advance and arrange to have any tree limbs pruned that might be damaged by equipment operations. The Engineer shall be notified at .. least 24 hours prior to any tree trimming work. No trimming work will be permitted within private property without written permission of the Owner. 4. Nothing shall be stored over the tree root system within the drip line area of any tree. 5. Before excavation (off the roadway) within the drip line area of any tree, the earth shall be sawcut for a minimum depth of 2 feet. 6. At designated locations shown on the drawings, the "short tunnel" method using Class 51 D.I. pipe shall be utilized. 7. Except in areas where clearing is allowed, all trees up to 8" in diameter damaged during construction shall be removed and replaced with the same type and diameter tree at the «0 contractor's expense. 8. Contractor shall employ a qualified landscaper for all the work required for tree care to ensure utilization of the best agricultural practices and procedures. ow oa/12/09 SC-39 No PART D - SPECIAL CONDITIONS 9. Short tunneling shall consist of power augering or hand excavation. The tunnel diameter .o shall not be larger than 1-1/2 times the outside pipe diameter. Voids remaining after pipe installation shall be pressure grouted. D- 49 CONCRETE ENCASEMENT OF SEWER PIPE Concrete encasement of sewers shall be paid for at the Contract Unit Price per linear foot of concrete encasement as measured in place along the centerline of the pipe for each pipe diameter indicated. The Contract Unit Price shall include all costs associated with installation and reinforcement of the concrete encasement. .. D- 50 CLAY DAM Clay dam construction shall be performed in accordance with the Wastewater Clay Dam Construction, figure in the Drawings in these Specifications, at locations indicated on the Drawings `� or as directed by the City. Clay dams shall be keyed into undisturbed soil to make an impervious barrier to reduce groundwater percolation through the pipeline trench. Construction material shall consist of compacted bentonite clay or 2:27 concrete. Payment for work such as forming, placing aw and finishing shall be subsidiary to the price bid for pipe installation. D- 51 EXPLORATORY EXCAVATION (D-HOLE) The Contractor shall be responsible for verifying the locations of all existing utilities prior to construction, in accordance with item D-6. At locations identified on the drawings, contractor shall conduct an exploratory excavation (D-Hole), to locate and verify the location and elevation of the �. existing underground utility where it may be in potential conflict with a proposed facility alignment. The exploratory excavation shall be conducted prior to construction of the entire project only at locations denoted on the plans or as directed by the engineer. Contractor shall submit a report of findings (including surveyed elevations of existing conflicting utilities) to the City prior to the start of construction of the entire project. If the contractor determines an existing utility is in conflict with the proposed facility, the contractor shall contact the engineer immediately for appropriate design modifications. The contractor shall make the necessary repairs at the exploratory excavation (D-Hole) to obtain a .• safe and proper driving surface to ensure the safety of the general public and to meet the approval of the City inspector. The contractor shall be liable for any and all damages incurred due to the exploratory excavation (D-Hole). .. Payment shall not be made for verification of existing utilities per item D-6. Payment for exploratory excavation (D-Hole), at locations identified on the plans or as directed by the Engineer, + shall include full compensation for all materials, excavation, surface restoration, field surveys, and all incidentals necessary to complete the work, shall be the unit price bid. No payment shall be made for exploratory excavation(s) conducted after construction has begun. D- 52 INSTALLATION OF WATER FACILITIES 52.1 Polyvinyl Chloride (PVC) Water Pipe POLYVINYL Chloride Plastic Water Pipe and fittings on this Project shall be in accordance with the material standard contained in the General Contract Documents. Payment for work such as backfill, bedding, blocking, detectable tapes and all other associated appurtenant ow required, shall be included in the linear foot price bid of the appropriate BID ITEM(S). .. 03112109 SC-40 PART D - SPECIAL CONDITIONS a, 52.2 Blocking Concrete blocking on this Project will necessarily be required as shown on the Plans and shall be installed in accordance with the General Contract Documents. All valves shall have concrete blocking provided for supporting. No separate payment will be made for any of the work involved for the item and all costs incurred will be considered to be included in the linear foot bid price of the pipe or the bid price of the valve. 52.3 Type of Casing Pipe 1. WATER: ow The casing pipe for open cut and bored or tunneled section shall be AWWA C-200 Fabricated Electrically Welded Steel Water Pipe, and shall conform to the provisions *! of E1-15, E1-5 and E1-9 in Material Specifications of General Contract Documents and Specifications for Water Department Projects. The steel casing pipe shall be supplied as follows: MW For the inside and outside of casing pipe, coal -tar protective coating in accordance with the requirements of Sec. 2.2 and related sections in AWWA C-203. Touch-up ow after field welds shall provide coating equal to those specified above. C. Minimum thickness for casing pipe used shall be 0.375 inch. a, Stainless Steel Casing Spacers (centering style) such as manufactured by Cascade Waterworks Manufacturing Company or an approved equal shall be used on all non - concrete pipes when installed in casing. Installation shall be as recommended by the Manufacturer. go 2. SEWER: Boring used on this project shall be in accordance with the material standard E1-15 and ow Construction standard E2-15 as per Fig. 110 of the General Contract Documents. 3. PAYMENT: .+ Payment for all materials, labor, equipment, excavation, concrete grout, backfill, and incidental work shall be included in the unit price bid per foot. "W 52.4 Tie -Ins The Contractor shall be responsible for making tie-ins to the existing water mains. It shall be the responsibility of the Contractor to verify the exact location and elevation of the a, existing line tie-ins. And any differences in locations and elevation of existing line tie-ins between the contract drawings and what may be encountered in the field shall be considered as incidental to construction. The cost of making tie-ins to existing water or owsanitary sewer mains shall be included in the linear foot bid price of the pipe. 52.5 Connection of Existing Mains The Contractor shall determine the exact location, elevation, configuration and angulation "" of existing water or sanitary sewer lines prior to manufacturing of the connecting piece. Any differences in locations, elevation, configuration, and or angulation of existing lines between the contract drawings and what may be encountered in the said work shall be +� considered as incidental to construction. Where it is required to shut down existing mains in order to make proposed connections, such down time shall be coordinated with the 9" 03/12/09 SC-4 FM PART D - SPECIAL CONDITIONS Engineer, and all efforts shall be made to keep this down time to a minimum. In case of shutting down an existing main, the Contractor shall notify the City Project Manager, Construction Services, Phone 817-392-8306, at least 48-hours prior to the required shut down time. The Contractor's attention is directed to Paragraph C5-5.15 INTERRUPTION .. OF SERVICE, Page C5-5(5), PART C - GENERAL CONDITIONS OF THE WATER DEPARTMENT GENERAL CONTRACT DOCUMENTS AND GENERAL SPECIFICATIONS. The Contractor shall notify the customer both personally and in writing as to the location, time, and schedule of the service interruption. The cost of removing any existing concrete blocking shall be included in the cost of r connection. Unless bid separately all cost incurred shall be included in the linear foot price bid for the appropriate pipe size. 52.6 Valve Cut -Ins It may be necessary to cut -in gate valves to isolate the water main from which the extension and/or replacement is to be connected. This may require closing valves in other lines and putting consumers out of service for that period of time necessary to cut in the new valve; the work must be expedited to the utmost and all such cut -ins must be coordinated with the engineer in charge of inspection. All consumers shall be individually advised prior to the shut out and advised of the approximate length of time they may be without service. Payment for work such as backfill, bedding, fittings, blocking and all other associated .. appurtenants required, shall be included in the price of the appropriate bid items. 52.7 Water Services The relocation, replacement, or reconnection of water services will be required as shown on the plans, and/or as described in these Special Contract Documents in addition to those located in the field and identified by the Engineer. r All service's shall be constructed by the contractor utilizing approved factory manufactured tap saddles (when required) and corporation stops, type K copper water tubing, curb stops with lock wings, meter boxes, and if required approved manufactured service branches. All materials used shall be as specified in the Material Standards (E1-17 & E1-18) contained in the General Contract Documents. All water services to be replaced shall be installed at a minimum depth of 36 inches below final grade. .. All existing 3/4-inch water service lines which are to be replaced shall be replaced with f- inch Type K copper, 1-inch diameter tap saddle when required, and 1-inch corporation from the main line to the meter box. .. All services which are to be replaced or relocated shall be installed with the service main tap and service line being in line with the service meter unless otherwise directed by the No Engineer. A minimum of 24 hours advance notice shall be given when service interruption will be aw required as specified in Section C5-5.15 INTERRUPTION OF SERVICE. No 03112109 SC-42 VLA "' PART D - SPECIAL CONDITIONS 1W All water service meters shall be removed, tagged, and collected by the contractor for pickup by the Water Department for reconditioning or replacement. After installation of the water service in the proposed location and receipt of a meter from the project inspector the contractor shall install the meter. The meter box shall be reset as necessary to be flush with existing ground or as otherwise directed by the Engineer. All such work on the outlet side of the service meter shall be performed by a licensed plumber. '" 1. WATER SERVICE REPLACEMENTS: Water service replacement or relocation is required when the existing service is lead or is too shallow to avoid breakage during street reconstruction. The contractor shall replace the existing service line with Type K copper o+ from the main to the meter, curb stop with lock wings, and corporation stop. Payment for all work and materials such as backfill, fittings, type K copper tubing, curb stop No with lock wings, service line adjustment, and any relocation of up to 12-inches from center line existing meter location to center line proposed meter location shall be included in the Linear Foot price bid for Copper Service Line from Main to five (5) feet behind Meter. Any MW vertical adjustment of customer service line within the 5 foot area shall be subsidiary to the service installation. .o Payment for all work and materials such as tap saddle (if required), corporation stops, and fittings shall be included in the price bid for Service Taps to Main. 1. WATER SERVICE RECONNECTION: Water service reconnection is required when the existing service is copper and at adequate depth to avoid breakage during street reconstruction. The contractor shall adjust the existing water service line as required for reconnection and furnish a new tap with corporation stop. The contractor will be paid for "' one (1) Service Tap to Main for each service reconnected plus for any copper service line used in excess of five (5) feet from Main to five (5) feet behind the Meter. 2. WATER SERVICE METER AND METER BOX RELOCATIONS: When the replacement and relocation of a water service and meter box is required and the location of the meter and meter box is moved more than twelve (12) inches, as measured from the center line of .. the existing meter to location to the center line of the proposed meter location, separate payment will be allowed for the relocation of service meter and meter box. Centerline is defined by a line extended from the service tap through the meter. Only relocations made perpendicular to this centerline will be paid for separately. Relocations made along the centerline will be paid of in feet of copper service line. When relocation of service meter and meter box is required, payment for all work and .. materials such as backfill, fittings, five (5) feet of type K copper service and all materials, labor, and equipment used by and for the licensed plumber shall be included in the price bid for the service meter relocation. All other costs will be included in other appropriate bid item(s). This item will also be used to pay for all service meter and meter box relocations as ,. required by the Engineer when the service line is not being replaced. Adjustment of only the meter box and customer service line within 5 feet distance behind the meter will not justify separate payment at any time. Locations with multiple service branches will be paid ., for as one service meter and meter box relocation. ow 03/12M SC-43 so PART D - SPECIAL CONDITIONS 4. NEW SERVICE: When new services are required the contractor shall install tap saddle (when required), corporation stop, type K copper service line, curb stop with lock wings, and meter box. Reinforced plastic meter boxes with cast iron lid shall be provided for all 2 inch water meters or smaller. The reinforced plastic water meter boxes shall comply with .. section E1-18A — Reinforced Plastic Water Meter Boxes. Payment for all work and materials such as backfill, fittings, type K copper tubing, and curb stop with lock wings shall be included in the Linear Foot price bid for Service Line from to Main to Meter five (5) feet behind the meter. Payment for all work and materials such as tap saddle, corporation stops, and fittings shall No be included in the price bid for Service Taps to Mains. Payment for all work and materials such as furnishing and setting new meter box shall be included in the price bid for furnish and set meter box. %W MULTIPLE SERVICE BRANCHES: When multiple service branches are required the contractor shall furnish approved factory manufactured branches. Payment for multiple service branches will include furnishing and installing the multiple service branch only and all other cost will be included in other appropriate bid item(s). ow 2. MULTIPLE STREET SERVICE LINES TO SINGLE SERVICE METER: Any multiple service lines with taps servicing a single service meter encountered during construction shall be replaced with one service line that is applicable for the size of the existing service "' meter and approved by the Engineer. Payment shall be made at the unit bid price in the appropriate bid item(s). •. 52.8 2-Inch Temporary Service Line A. The 2-inch temporary service main and 3/4-inch service lines shall be installed to provide ow temporary water service to all buildings that will necessarily be required to have severed' water service during said work. The contractor shall be responsible for coordinating the schedule of the temporary service connections and permanent service reconnections with VM the building owners and the Engineer in order that the work be performed in an expeditious manner. Severed water service must be reconnected within 2 hours of discontinuance of service. .. A 2-inch tapping saddle and 2-inch corporation stop or 2-inch gate valve with an appropriate fire hydrant adapter fitting shall be required at the temporary service point of connection to the City water supply. The 2-inch temporary service main and 3/4-inch service lines shall be installed in accordance to the attached figures 1, 2 and 3. 2" temporary service line shall be cleaned and sterilized by using chlorine gas or chlorinated lime (HTH) prior to installation. The out -of -service meters shall be removed, tagged and collected by the Contractor for delivery to the Water Department Meter Shop for reconditioning or replacement. Upon am restoring permanent service, the Contractor shall re -install the meters at the correct location. The meter box shall be reset as necessary to be flush with the existing ground or as otherwise directed by the Engineer. Im 03/12/09 SC-44 on 00 PART D - SPECIAL CONDITIONS .W The temporary service layout shall have a minimum available flow rate of 5 GPM at a dynamic pressure of 35 PSI per service tap. This criteria shall be used by the Contractor to determine the length of temporary service allowed, number of service taps and number of No feed points. When the temporary service is required for more than one location the 2-inch temporary service pipes, 3/4-inch service lines and the 2-inch meter shall be moved to the next "' successive project location. Payment for work such as fittings, 3/4-inch service lines, asphalt, barricades, all service .w connections, removal of temporary services and all other associated appurtenants required, shall be included in the appropriate bid item. sw B. In order to accurately measure the amount of water used during construction, the Contractor will install a fire hydrant meter for all temporary service lines. Water used during construction for flushing new mains that cannot be metered from a hydrant will be sw estimated as accurately as possible. At the pre -construction conference the contractor will advise the inspector of the number of meters that will be needed along with the locations where they will be used. The inspector will deliver the hydrant meters to the locations. No After installation, the contractor will take full responsibility for the meters until such time as the contractor returns those meters to the inspector. Any damage to the meters will be the sole responsibility of the contractor. The Water Department Meter Shop will evaluate the condition of the meters upon return and if repairs are needed the contractor will receive an invoice for those repairs. The issued meter is for this specific project and location only. Any water that the contractor may need for personal use will require a separate hydrant meter obtained by the Contractor, at its cost, from the Water Department. 52.9 Purging and Sterilization of Water Lines Before being placed into service all newly constructed water lines shall be purged and -� sterilized in accordance with E2-24 of the General Contract Documents and Specifications except as modified herein. The City will provide all water for INITIAL cleaning and sterilization of water lines. All materials for construction of the project, including .. appropriately sized "pipe cleaning pigs", chlorine gas or chlorinated lime (HTH) shall be furnished by the Contractor. Chlorinated lime (HTH) shall be used in sufficient quantities to provide a chlorine residual of fifty (50) PPM. The residual of free chlorine shall be measured after 24 hours and shall not be less than 10 parts per million of free chlorine. Chlorinated water shall be disposed of in the sanitary sewer system. Should a sanitary sewer not be available, chlorinated water shall be "de -chlorinated" prior to disposal. The aw line may not be placed in service until two successive sets of samples, taken 24 hours apart, have met the established standards of purity. Purging and sterilization of the water lines shall be considered as incidental to the project and all costs incurred will be considered to be included in the linear foot bid price of the pipe. am 52.10 Work Near Pressure Plane Boundaries Contractor shall take note that the water line to be replaced under this contract may cross or may be in close proximity to an existing pressure plane boundary. Care shall be taken .. to ensure all "pressure plane" valves installed are installed closed and no cross connections are made between pressure planes ow 03112109 SC-45 PART D - SPECIAL CONDITIONS 52.11 Water Sample Station GENERAL: All water sampling station installations will be per attached Figure 34 or as required in water meter vaults as per Figure 33 unless otherwise directed by the Engineer. The appropriate water sampling however, the Contractor will be Warehouse. station will be furnished to the Contractor free of charge; required to pick up this item at the Field Operations PAYMENT FOR FIGURE 34 INSTALLATIONS: Payment for all work and materials necessary for the installation of the 3/4-inch type K copper service line will be shall be included in the price bid for copper Service Line from Main to Meter. Payment for all work and materials necessary for the installation tap saddle (if required), corporation stops, and fittings shall be included in the price bid for Service Taps to Main. Payment for all work and materials necessary for the installation of the sampling station, concrete support block, curb stop, fittings, and an incidental 5-feet of type K copper service line which are required to provide a complete and functional water sampling station shall be included in the price bid for Water Sample Stations. PAYMENT FOR FIGURE 33 INSTALLATIONS: Payment for all work and materials necessary for the installation tap saddle, gate valve, and fittings shall be included in the price bid for Service Taps to Main. Payment for all work and materials necessary for the installation of the sampling station, modification to the vault, fittings, and all type K copper service line which are required to provide a complete and functional water sampling station shall be included in the price bid for Water Sample Stations. 52.12 Ductile Iron and Gray Iron Fittings Reference Part E2 Construction Specifications, Section E2-7 Installing Cast Iron Pipe, fittings, and Specials, Sub section E2-7.11 Cast Iron Fittings: E2-7.11 DUCTILE -IRON AND GRAY -IRON FITTINGS: All ductile -iron and gray -iron fittings shall be furnished with cement mortar lining as stated in Section E1-7. The price bid per ton of fittings shall be payment in full for all fittings, joint accessories, polyethylene wrapping, horizontal concrete blocking, vertical tie -down concrete blocking, and concrete cradle necessary for construction as designed. All ductile -iron and gray -iron fittings, valves and specials shall be wrapped with polyethylene wrapping conforming to Material Specification E1-13 and Construction Specification E2-13. Wrapping shall precede horizontal concrete blocking, vertical tie -down concrete blocking, and concrete cradle. Payment for the polyethylene wrapping, horizontal concrete blocking, vertical tie -down concrete blocking, and concrete cradle shall be included in bid items for vales and fittings and no other payments will be allowed. 03/12/09 SC-46 .o No Im ow w .. Im am to PART D - SPECIAL CONDITIONS D- 53 SPRINKLING FOR DUST CONTROL All applicable provisions of Standard Specifications Item 200, "Sprinkling for Dust Control" shall apply. However, no direct payment will be made for this item and it shall be considered to this contract. D- 54 DEWATERING uo The Contractor shall be responsible for determining the method of dewatering operation for the water or sewage flows from the existing mains and ground water. The Contractor shall be responsible for damage of any nature resulting from the dewatering operations. The DISCHARGE from any dewatering operation shall be conducted as approved by the Engineer. Ground water shall not be discharged into sanitary sewers. Dewatering shall be considered as incidental to a construction and all costs incurred will be considered to be included in the project price. D- 55 TRENCH EXCAVATION ON DEEP TRENCHES Contractor to prevent any water flowing into open trench during construction. Contractor shall not *' leave excavated trench open overnight. Contractor shall fill any trench the same day of excavation. No extra payment shall be allowed for this special condition. -m D- 56 TREE PRUNING A. REFERENCES: National Arborist Association's "Pruning Standards for Shade Trees". B. ROOT PRUNING EQUIPMENT 1. Vibratory Knife 2. Vermeer V-1550RC Root Pruner �. C. NATURAL RESOURCES PROTECTION FENCE MW 3. Steel "T" = Bar stakes, 6 feet long. 4. Smooth Horse -Wire: 14-1/2 gauge (medium gauge) or 12 gauge (heavy gauge). .. 5. Surveyor's Plastic Flagging: "Tundra" weight, International fluorescent orange or red color. 6. Combination Fence: Commercially manufactured combination soil separator fabric on "� wire mesh backing as shown on the Drawings. D. ROOT PRUNING 7. Survey and stake location of root pruning trenches as shown on drawings. aw 8. Using the approved specified equipment, make a cut a minimum of 36 inches deep in order to minimize damage to the undisturbed root zone. "' 03/12109 SC-47 .W PART D - SPECIAL CONDITIONS 9. Backfrll and compact the trench immediately after trenching. wo 10. Place a 3-foot wide by 4-inch deep cover of mulch over the trench as required by the Engineer. 11. Within 24 hours, prune flush with ground and backfill any exposed roots due to construction activity. Cover with wood chips of mulch in order to equalize soil temperature and minimize water loss due to evaporation. 12. Limit any grading work within conservation areas to 3-inch maximum cut or fill, with no roots over 1-inch diameter being cut unless cut by hand or cut by specified methods, .. equipment and protection. E. MULCHING: Apply 2-inches to 4-inches of wood chips from trimming or clearing operation ow on areas designated by the Engineer. F. Tree Pruning shall be considered subsidiary to the project contract price. D- 57 TREE REMOVAL Trees to be removed shall be removed using applicable methods, including stump and root ball .. removal, loading, hauling and dumping. Extra caution shall be taken to not disrupt existing utilities both overhead and buried. The Contractor shall immediately repair or replace any damage to utilities and private property including, but not limited to, water and sewer services, pavement, fences, walls, sprinkler system piping, etc., at no cost to the Owner. All costs for tree removal, including temporary service costs, shall be considered subsidiary to the project contract price and no additional payment will be allowed. ow D- 58 TEST HOLES The matter of subsurface exploration to ascertain the nature of the soils, including the amount of ow rock, if any, through which this pipeline installation is to be made is the responsibility of any and all prospective bidders, and any bidder on this project shall submit his bid under this condition. Whether prospective bidders perform this subsurface exploration jointly or independently, and low whether they make such determination by the use of test holes or other means, shall be left to the discretion of such prospective bidders. If test borings have been made and are provided for bidder's information, at the locations shown on the logs of borings in the appendix of this specification, it is expressly declared that neither the City nor the Engineer guarantees the accuracy for the information or that the material encountered in excavations is the same, either in character, location, or elevation, as shown on the boring logs. It shall be the responsibility of the bidder to make such subsurface investigations, as he deems necessary to determine the nature of the material to be excavated. The Contractor assumes all responsibility for interpretation of these records and for making and maintaining the required -• excavation and of doing other work affected by the geology of the site. The cost of all rock removal and other associated appurtenances, if required, shall be included in ■o the linear foot bid price of the pipe. .. 03112109 SC-48 r PART D - SPECIAL CONDITIONS D- 59 PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION AND NOTIFICATION OF TEMPORARY WATER SERVICE INTERRUPTION DURING CONSTRUCTION Prior to beginning construction on any block in the project, the contractor shall, on a block by block .. basis, prepare and deliver a notice or flyer of the pending construction to the front door of each residence or business that will be impacted by construction. The notice shall be prepared as follows: The notification notice or flyer shall be posted seven (7) days prior to beginning any construction activity on each block in the project area. The flyer shall be prepared on the Contractor's .� letterhead and shall include the following information: Name of Project, City Project No (CPN)., Scope of Project (i.e. type of construction activity), actual construction duration within the block, the name of the contractor's foreman and his phone number, the name of the City's inspector and his phone number and the City's after-hours phone number. A sample of the 'pre -construction notification' flyer is attached. The contractor shall submit a schedule showing the construction start and finish time for each block of the project to the inspector. In addition, a copy of the flyer shall be delivered to the City Inspector for his review prior to being distributed. The contractor will not be allowed to begin construction on any block until the flyer is delivered to all residents of the block. In the event it becomes necessary to temporarily shut down water service to residents or businesses during construction, the contractor shall prepare and deliver a notice or flyer of the pending interruption to the front door of each affected resident. The notice shall be prepared as follows: ,o The notification or flyer shall be posted twenty-four (24) prior to the temporary interruption. The flyer shall be prepared on the contractor's letterhead and shall include the following information: Name of the project, City Project Number, the date of the interruption of service, the period the _ interruption will take place, the name of the contractor's foreman and his phone number and the name of the City's inspector and his phone number. A sample of the temporary water service interruption notification is attached. am A copy of the temporary interruption notification shall be delivered to the inspector for his review prior to being distributed. The contractor shall not be permitted to proceed with interruption of water service until the flyer has been delivered to all affected residents and businesses. ow Electronic versions of the sample flyers can be obtained from the Project Construction Inspector.. +•• All work involved with the notification flyers shall be considered subsidiary to the contract price and no additional compensation shall be made. D- 60 TRAFFIC BUTTONS The removal and replacement of traffic buttons is the responsibility of the contractor and shall be considered a subsidiary item. In the event that the contractor prefers for the Signals, Signs and .. Markings Division (SSMD) of the Transportation/Public Works Department to install the markings, the contractor shall contact SSMD at (817) 392-8770 and shall reimburse SSMD for all costs incurred. both labor and material. No additional compensation shall be made to the contractor for .. this reimbursement. -- 03/IZ'09 SC-49 -- PART D - SPECIAL CONDITIONS D- 61 SANITARY SEWER SERVICE CLEANOUTS Whenever a sanitary sewer service line is installed or replaced, the Contractor shall install a two- way service cleanout as shown in the attached detail. Cleanouts are to be installed out of high traffic areas such as driveways, streets, sidewalks, etc. whenever possible. When it is not possible, the cleanout stack and cap shall be cast iron. Payment for all work and materials necessary for the installation of the two-way service cleanout which are required to provide a complete and functional sanitary sewer cleanout shall be included in the price bid for Sanitary Sewer Service Cleanouts. D- 62 TEMPORARY PAVEMENT REPAIR The Contractor shall provide a temporary pavement repair immediately after trench backfill and compaction using a minimum of 2-inches of hot mix asphalt over a minimum of 6-inches of compacted flex base. The existing asphalt shall be saw cut to provide a uniform edge and the entire width and length of the temporary repair shall be rolled with a steel asphalt roller to provide smooth rideability on the street as well as provide a smooth transition between the existing pavement and the temporary repair. Cost of saw cutting shall be subsidiary to the temporary pavement repair pay item. The contractor shall be responsible for maintaining the temporary pavement until the paving contractor has mobilized. The paving contractor shall assume maintenance responsibility upon such mobilization. No additional compensation shall be made for maintaining the temporary pavement. D- 63 CONSTRUCTION STAKES The City, through its Surveyor or agent, will provide to the Contractor construction stakes or other customary method of markings as may be found consistent with professional practice, establishing line and grades for roadway and utility construction, and centerlines and benchmarks for bridgework. These stakes shall be set sufficiently in advance to avoid delay whenever practical. One set of stakes shall be set for all utility construction (water, sanitary sewer, drainage etc.), and one set of excavation/or stabilization stakes, and one set of stakes for curb and gutter/or paving. It shall be the sole responsibility of the Contractor to preserve, maintain, transfer, etc., all stakes furnished until completion of the construction phase of the project for which they were furnished. If the City or its agent determines that a sufficient number of stakes or markings provided by the City, have been lost, destroyed, or disturbed, to prevent the proper prosecution and control of the work contracted for in the Contract Documents, it shall be the Contractor's responsibility, at the Contractor's sole expense, to have such stakes replaced by an individual registered by the Texas Board of Professional Land Surveyor as a Registered Land Surveyor. No claims for delay due to lack of replacement of construction stakes will be accepted, and time will continue to be charged in accordance with the Contract Documents. D- 64 EASEMENTS AND PERMITS The performance of this contract requires certain temporary construction, right -of -entry agreements, and/or permits to perform work on private property. The City has attempted to obtain the temporary construction and/or right -of -entry agreements for properties where construction activity is necessary on City owned facilities, such as sewer lines or 03112109 SC-50 No aw r No No No No PART D - SPECIAL CONDITIONS aw manholes. For locations where the City was unable to obtain the easement or right -of -entry, it shall be the Contractor's responsibility to obtain the agreement prior to beginning work on subject property. This shall be subsidiary to the contract. The agreements, which the City has obtained, are available to the Contractor for review by contacting the consultant who distributes the plans for the project. Also, it shall be the responsibility of the Contractor to obtain written permission from property owners to perform such work as cleanout repair and sewer service replacement on private property. Contractor shall adhere to all requirements of Paragraph C6-6.10 of the General ow Contract Documents. The Contractor's attention is directed to the agreement terms along with any special conditions that may have been imposed on these agreements, by the property owners. ON The easements and/or private property shall be cleaned up after use and restored to its original condition or better. In event additional work room is required by the Contractor, it shall be the Contractor's responsibility to obtain written permission from the property owners involved for the •• use of additional property required. No additional payment will be allowed for this item. The City has obtained the necessary documentation for railroad and/or highway permits required .o for.: construction of this project. The Contractor shall be responsible for thoroughly reviewing, understanding and complying with all provisions of such permits, including obtaining the requisite insurance, and shall pay any and all costs associated with or required by the permit(s). It is the Contractor's responsibility to provide the required flagmen and/or provide payment to the appropriate railroad/agency for all flagmen during construction in railroad/agency right-of-way. For railroad permits, any and all railroad insurance costs and any other incidental costs necessary to meet the conditions associated with permit(s) compliance, including payment for flagmen, shall be included in the lump sum pay bid item for "Associated Costs for Construction within Railroad / Agency Right-of-way". No additional compensation shall be allowed on this pay item. D- 65 PRE -CONSTRUCTION NEIGHBORHOOD MEETING After the pre -construction conference has been held but before construction is allowed to begin on _ this project a public meeting will be held at a location to be determined by the Engineer. The contractor, inspector, and project manager shall meet with all affected residents and present the projected schedule, including construction start date, and answer any construction related questions. Every effort will be made to schedule the neighborhood meeting within the two weeks following the pre -construction conference but in no case will construction be allowed to begin until this meeting is held. .. D- 66 WAGE RATES ow Compliance with and Enforcement of Prevailing Wage Laws Duty to Pav Prevailing Wade Rates. MW The contractor shall comply with all requirements of Chapter 2258, Texas Government Code (Chapter 2258), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these contract documents. 1W Penaltv for Violation. A contractor or any subcontractor who does not pay the prevailing wage shall, upon demand made aw by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. am 03/12/09 SC-51 PART D - SPECIAL CONDITIONS Im This penalty shall be retained by the City to offset its administrative costs, pursuant to Texas Government Code 2258.023. Complaints of Violations and Citv Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a contractor or subcontractor, the City shall make an initial determination, before the 31 st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the contractor or subcontractor and any affected worker of its initial determination. Upon the City's determination that there is good cause to believe the contractor or subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of Section 2258,023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq., Revised Statutes) if the contractor or subcontractor and any affected worker do not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to paragraph (c) above. If the persons required to arbitrate under this section do not agree on an arbitrator before the 11th day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a party in the arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. Records to be Maintained. The contractor and each subcontractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the contractor in the construction of the work provided for in this contract; and (ii) the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City. The provisions of the Audit section of these contract documents shall pertain to this inspection. Pav Estimates. With each partial payment estimate or payroll period, whichever is less, the contractor shall submit an affidavit stating that the contractor has complied with the requirements of Chapter 2258, Texas Government Code. Postinq of Waqe Rates. The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project at all times. Subcontractor Compliance_ The contractor shall include in its subcontracts and/or shall otherwise require all of its subcontractors to comply with paragraphs (a) through (g) above. (Wage rates are attached at the end of this section.) (Attached) 03112109 SC-52 .. ■o fto No .. No Inv am ON PART D - SPECIAL CONDITIONS D- 67 REMOVAL AND DISPOSAL OF ASBESTOS CEMENT PIPE A. It is the intent of the City of Fort Worth to comply with the requirements of the Asbestos National Emissions Standards for Hazardous Air Pollutants (NESHAP) found at 40 CFR Part 61, Subpart M. This specification will establish procedures to be used by all Excavators in the removal and disposal of asbestos cement pipe (ACP) in compliance with NESHAP. Nothing in this specification shall be construed to void any provision of a contract or other law, ordinance, regulation or policy whose requirements are more stringent. B. ACP is defined under NESHAP as a Category II, non -friable material in its intact state but '" which may become friable upon removal, demolition and/or disposal. Consequently, if the removal/ disposal process renders the ACP friable, it is regulated under the disposal requirements of 40 CFR 61.150. A NESHAP notification must be filed with the Texas Department of Health. The notification must be filed at least ten days prior to removal of the material. If it remains in its non - friable state, as defined by the NESHAP, it can be disposed as a conventional construction waste_ The Environmental Protection Agency -� (EPA) defines friable as material, when dry, which may be crumbled, pulverized or reduced to powder by hand pressures. .. C. The Generator of the hazardous material is responsible for the identification and proper handling, transportation, and disposal of the material. Therefore, it is the policy of the City of Fort Worth that the Excavator is the Generator regardless of whether the pipe is friable ,w or not. D. It is the intent of the City of Fort Worth that all ACP shall be removed in such careful and am prudent manner that it remains intact and does not become friable. The Excavator is responsible to employ those means, methods, techniques and sequences to ensure this result - am E. Compliance with all aspects of worker safety and health regulations including but not limited to the OSHA Asbestos Standard is the responsibility of the Excavator. The City of Fort Worth assumes no responsibility for compliance programs, which are the responsibility of the Excavator. (Copy of forms attached) F. The removal and disposal of ACP shall be subsidiary to the cost of installing the new pipe unless otherwise stated or indicated on the project plans or contract documents. D-68 STORM WATER POLLUTION PREVENTION (FOR DISTURBED AREAS GREATER THAN 1 ACRE) ow PERMIT: As defined by Texas Commission on Environmental Quality (TCEQ) regulations, a Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required for all construction activities that result in the disturbance of one to five acres (Small Construction -m Activity) or five or more acres of total land (Large Construction Activity). The contractor is defined as an "operator" by state regulations and is required to obtain a permit. Information concerning the am 03112109 SC-53 PART D - SPECIAL CONDITIONS permit can be obtained through the Internet at http://www.tnrcc.state.tx.us/permitting/water perm/wwperm/construct.html. Soil stabilization and structural practices have been selected and designed in accordance with North Central Texas Council of Governments Best Management Practices and Erosion Control Manual for Construction Activities (BMP Manual). This manual can .. be obtained through the Internet at www.dfwstormwater.com/runoff.htmi. Not all of the structural controls discussed in the BMP Manual will necessarily apply to this project. Best Management Practices are construction management techniques that, if properly utilized, can minimize the need r, for physical controls and possible reduce costs. The methods of control shall result in minimum sediment retention of not less than 70%. NOTICE OF INTENT (NOW If the project will result in a total land disturbance equal to or greater sm than 5 acres, the contractor shall sign at the pre -construction meeting a TCEQ Notice of Intent (NOI) form prepared by the engineer. It serves as a notification to the TCEQ of construction activity as well as a commitment that the contractor understands the requirements of the permit for storm water discharges from construction activities and that measures will be taken to implement and maintain storm water pollution prevention at the site. The NOI shall be submitted to the TCEQ at least 48 hours prior to the contractor moving on site and shall include the required $100 application fee. The NOI shall be mailed to: .. Texas Commission on Environmental Quality Storm Water & General Permits Team; MC-228 P.O. Box 13087 Austin. TX 78711-3087 A copy of the NOI shall be sent to: City of Fort Worth Department of Environmental Management 5000 MLK Freeway Fort Worth, TX 76119 NOTICE OF TERMINATION (NOT): For all sites that qualify as Large Construction Activity, the contractor shall sign, prior to final payment, a TCEQ Notice of Termination (NOT) form prepared by the engineer. It serves as a notice that the site is no longer subject to the requirement of the permit. The NOT should be mailed to: Texas Commission on Environmental Quality Storm Water & General Permits Team; MC-228 P.O. Box 13087 Austin, TX 78711-3087 go to STORM WATER POLLUTION PREVENTION PLAN (SWPPP): A document consisting of an erosion control and toxic waste management plan and a narrative defining site parameters and techniques to be employed to reduce the release of sediment and pollution from the construction site. Copies of the project SWPPP's are available for viewing at the office of the Consultant .. disbursing the plans for the project. The selected Contractor shall be provided with three copies of the SWPPP after award of contract, along with unbounded copies of all forms to be submitted to the Texas Commission on Environmental Quality. .. 03112109 SC-54 M No PART D - SPECIAL CONDITIONS LARGE CONSTRUCTION ACTIVITY — DISTURBED AREA EQUAL TO OR GREATER THAN 5 ACRES: A Notice of Intent (NOI) form shall be completed and submitted to the TCEQ including payment of the TCEQ required fee. A SWPPP that meets all TCEQ requirements prepared by the _ Engineer shall be prepared and implemented at least 48 hours before the commencement of construction activities. The SWPPP shall be incorporated into in the contract documents. The contractor shall submit a schedule for implementation of the SWPPP. Deviations from the plan must be submitted to the engineer for approval. The SWPPP is not warranted to meet all the conditions of the permit since the actual construction activities may vary from those anticipated during the preparation of the SWPPP. Modifications may be required to fully conform to the requirements of the Permit. The contractor must keep a copy of the most current SWPPP at the .. construction site. Any alterations to the SWPPP proposed by the contractor must be prepared and submitted by the contractor to the engineer for review and approval. A Notice of Termination (NOT) form shall be submitted within 30 days after final stabilization has been achieved on all •� portions of the site that is the responsibility of the permittee, or, when another permitted operator assumes control over all areas of the site that have not been finally stabilized. .. SMALL CONSTRUCTION ACTIVITY - DISTURBED AREA EQUAL TO OR GREATER THAN ONE ACRE BUT LESS THAN FIVE ACRES: Submission of a NOI form is not required. However, a TCEQ Site Notice form must be completed and posted at the site. A copy of the completed Site Notice must be sent to the City of Fort Worth Department of Environmental Management at the address listed above. A SWPPP, prepared as described above, shall be implemented at least 48 hours before the commencement of construction activities. The SWPPP must include descriptions of control measures necessary to prevent and control soil erosion, sedimentation and water ONE pollution and will be included in the contract documents. The control measures shall be installed and maintained throughout the construction to assure effective and continuous water pollution control. The controls may include, but not be limited to, silt fences, straw bale dikes, rock berms, aw diversion dikes, interceptor swales, sediment traps and basins, pipe slope drain, inlet protection, stabilized construction entrances, seeding, sodding, mulching, soil retention blankets, or other structural or non-structural storm water pollution controls. The method of control shall result in a minimum sediment retention of 70% as defined by the NCTCOG "BMP Manual." Deviations from the proposed control measures must be submitted to the engineer for approval. .. PAYMENT FOR SWPPP IMPLEMENTATION: Payment shall be made per lump sum as shown on the proposal as full compensation for all items contained in the project SWPPP. D-69 COORDINATION WITH THE CITY'S REPRESENTATIVE FOR OPERATIONS OF EXISTING WATER SYSTEMS It is the Contractor's responsibility to coordinate any event that will require connecting to or the operation of an existing City water line system with the City's representative. The Contractor may obtain a hydrant water meter from the Water Department for use during the life of named project. In the event the Contractor requires that a water valve on an existing live system be turned off and on to accommodate the construction of the project, the Contractor must coordinate this activity through the appropriate City representative. The Contractor shall not operate water line valves of existing water system. Failure to comply will render the Contractor in violation of Texas Penal Code Title 7, Chapter 28.03 (Criminal Mischief) and the Contractor will be prosecuted to the full extent of the law. In addition, the Contractor will assume all liabilities and responsibilities as a result of these actions. '%w 03/1ZW SC-55 PART D - SPECIAL CONDITIONS D-70 ADDITIONAL SUBMITTALS FOR CONTRACT AWARD The City reserves the right to require any pre -qualified contractor who is the apparent low bidder(s) for a project to submit such additional information as the City, in sole discretion may require, including but not limited to manpower and equipment records, information about key personnel to be assigned to the project, and construction schedule, to assist the City in evaluating and assessing the ability of the apparent low bidder(s) to deliver a quality product and successfully complete projects for the amount bid within the stipulated time frame. Based upon the City's assessment of the submitted information, a recommendation regarding the award of a contract will be made to the City Council. Failure to submit the additional information if requested may be grounds for rejecting the apparent low bidder as non -responsive. Affected contractors will be notified in writing of a recommendation to the City Council. D-71 EARLY WARNING SYSTEM FOR CONSTRUCTION Time is of the essence in the completion of this contract. In order to insure that the contractor is responsive when notified of unsatisfactory performance and/or of failure to maintain the contract schedule, the following process shall be applicable: The work progress on all construction projects will be closely monitored. On a bi-monthly basis the percentage of work completed will be compared to the percentage of time charged to the contract. If the amount of work performed by the contractor is less than the percentage of time allowed by 20% or more (example: 10% of the work completed in 30% of the stated contract time as may be amended by change order), the following proactive measures will be taken: A letter will be mailed to the contractor by certified mail, return receipt requested demanding that, within 10 days from the date that the letter is received, it provide sufficient equipment, materials and labor to ensure completion of the work within the contract time. In the event the contractor receives such a letter, the contractor shall provide to the City an updated schedule showing how the project will be completed within the contract time. 2. The Project Manager and the Directors of Water Department, and Department of Transportation and Public Works will be made aware of the situation. If necessary, the City Manager's Office and the appropriate city council members may also be informed. 3. Any notice that may, in the City's sole discretion, be required to be provided to interested individuals will distributed by the Water Department's Public Information Officer. 4. Upon receipt of the contractor's response, the appropriate City departments and directors will be notified. The Water Department's Public Information Officer will, if necessary, then forward updated notices to the interested individuals. 5. If the contractor fails to provide an acceptable schedule or fails to perform satisfactorily a second time prior to the completion of the contract, the bonding company will be notified appropriately. aw .. o. .. .. .. No 03112109 SC-56 No ON PART D - SPECIAL CONDITIONS D-72 AIR POLLUTION WATCH DAYS The Contractor shall be required to observe the following guidelines relating to working on City construction sites on days designated as "AIR POLLUTION WATCH DAYS". Typically, the OZONE SEASON, within the Metroplex area, runs from May 1, through OCTOBER 31, with 6:00 a.m. - 10:00 a.m. being critical BECAUSE EMISSIONS FROM THIS TIME PERIOD HAVE ENOUGH TIME TO BAKE IN THE HOT ATMOSPHERE THAT LEADS TO EARLY AFTERNOON OZONE FORMATION.. The Texas Commission on Environmental Quality (TCEQ), in coordination with the National Weather Service, will issue the Air Pollution Watch by 3:00 p.m. on the afternoon prior to the 'M WATCH day. On designated Air Pollution Watch Days, the Contractor shall bear the responsibility of being aware that such days have been designated Air Pollution Watch Days and as such shall not begin work until 10:00 a.m. whenever construction phasing requires the use of motorized equipment for periods in excess of 1 hour. However, the Contractor may begin work prior to 10:00 a.m. if use of motorized equipment is less than 1 hour, or if equipment is new and certified by EPA as "Low Emitting", or equipment burns Ultra Low Sulfur Diesel (ULSD), diesel emulsions, or alternative fuels such as CNG. up If the Contractor is unable to perform continuous work for a period of at least seven hours between the hours of 7:00 a.m. - 6:00 p.m., on a designated Air Pollution Watch Day, that day will be considered as a weather day and added onto the allowable weather days of a given month. D-73 FEE FOR STREET USE PERMITS AND RE -INSPECTIONS A fee for street use permits is in effect. In addition, a separate fee for re -inspections for parkway construction, such as driveways, sidewalks, etc., will be required. The fees are as follows: 1. The street permit fee is $50.00 per permit with payment due at the time of permit application. 2. A re -inspection fee of $25.00 will be assessed when work for which an inspection called for is incomplete. Payment is due prior to the City performing re -inspection. Payment by the contractor for all street use permits and re -inspections shall be considered subsidiary to the contract cost and no additional compensation shall be made. s END OF PART' D - SPECIAL CONDITIONS b- 03/12M SC-57 Y/ PART D - SPECIAL CONDITIONS (To be printed on Contractor's Letterhead) Date: CPN No.: Project Name: Mapsco Location: Limits of Construction: aw r r THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT WORTH, .. OUR COMPANY WILL WORK ON WATER AND I OR SEWER LINES ON OR AROUND YOUR PROPERTY. CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE OF THIS NOTICE. IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER ISSUE, PLEASE CALL: Mr. <CONTRACTOR'S SUPERINTENDENT> AT <TELEPHONE NO.> OR Mr. <CITY INSPECTOR> AT < TELEPHONE NO.> .. AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL 03/12/09 SC-58 i PART D - SPECIAL CONDITIONS i 4. i Now tim ar FORTWORTH Date: DOE NO. XXXX Project Mama: NOTICE OF TEMPORARY WATER SERVICE INTERRUPTION DUE TO UTILITY IMPROVEMENTS IN YOUR NEIGHBORHOOD, YOUR WATER SERVICE WILL BE INTERRUPTED ON BETWEEN THE HOURS OF AND IF YOU HAVE QUESTIONS ABOUT THIS SHUT -OUT, PLEASE CALL: MR. AT (CONTRACTORS SUPERINTENDENT) (TELEPHONE NUMBER) OR MR. AT (CITY INSPECTOR) (TELEPHONE NUMBER) THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE. THANK YOU, ,CONTRACTOR 03"20 SC-59 PART D - SPECIAL CONDITIONS T 0 r O ff i c v U s e O n U 0 T A 1}.1 P A TEXAS DEPARTMENT OF HEALTH NOTE: CIRCLE ITEMS THAT ARE AMENDED 1) Abatement Contractor: Address : Office Phone Number: ( 1 Site Supervisor: Site Supervisor. Trained On -Site N> SHAP IndWdual: Damotitien Contractor: Address: DEMOLITION 1 RENOVATION * NOTIFICATION FORM T D H NOTIFICATION# TOH License Number: City: Stale: ZIp- Job Site Phone Number: TDH License Number_ TDH License Number Certification Data: Office Phone Number,$ City: e: Zip; 2) Project Consullant or Operator: TDH Ucer►se Number. Meiling Address; City, State: Zip: Office Phone Number: f 1 .. .. Im up 3) Facilityy Owner. Attention: Mating Address: "" City: State: Zip; Owmer Rhone NumberL_) . "Noto: Tho invoice for tho notification tea will be sent to the owner of the bullding and tiff billing address for the Invoice will be obtained from th* Information that Is provided In this section. 4) Description or Facility Name: .. Physical Address: County. City: Zip: Facility Phone Numbed 1 Facility Contact Person: Description of AreafRoom Number. Prior Use: Futuna U&a: Age of Buildin IFacllity: Size: Number of Flpors: School (K -12): D YES 0 NO 11 5) Type of Work: 0 Demolition [ .Renovation {Abatement} a Annual Consolidated T Work will be during: U Day ❑ Evening n Night 7 Phased Prajed U Description of work sClmeSMD-1 H d) is this a Public Building? 0 YES ❑ NO Federal Facility? D YES = NO Industrial Site? ❑ YES 0 NO D NES.HAP-Only Facility? 0 YES ❑ NO Is BuildinglFacllity Occupied? ❑ YES r► NO L 7) Notification Type CHECK ONLY ONE V j Original (10 Working Days) - Cancellation G Amendment 0 EmergenaylOrdcr+ed i If this is an amendment, which amendment number is this? (Enclose copy of original andlar last amendment) I If an emergency, who did you relic with at TDH? Emergencytt: a Date and Hour of Finalgency (HH1MWDDNY): b Description of the sudden,, unexpected event and explanation of how the event caused unsafe conditions or Would cause: 0 equipment dsmne (computers, machinery, etc n 03112109 0 B) Description of proced►tres to be followed In the event that Linexpected asbestos is found or previously Pon -table Y asbestos material becomes c(umbled, pulverized, or ri3duaed to powder; E S 9) Was an Asbestos surveyperformed? 13 YES ❑ NO Dame: 1 f TDH Inspector License No: a A nslylical Method; 0 PLA4 ❑ TUA ❑ Assumed TDH laboratory License No: N (For TAHPA (public buiWing) projects: an assumption must be made by a TDH Licensed Inspector) 10) Description of planned demolition or ranavation work, type of material, and methods) to be used: 11) Description of work praulires and engineering oontrols to be used to prorsrmt emissions or asbestos at the demoliitimVrenovation: SC-60 .. w MW a. IV PART D - SPECIAL CONDITIONS 12) ALL appligtKe Items in the following table must be completed: IF NO ASBESTOS PRESENT CHECK HERE C Approximate amount of Cheek unit of measurement Asbestos -Containing Building Material asbestos Type .. Pipes Surface Area L.n Ln SQ SQ Cu Cu FI M Ft M Ft M RACNI to be removed ... RACM NOT removed Interior Category/ I non-friabtru removed Exterior Caiegory I non-triabta removed Catecory I non -friable NOT removed interior Cateqq!y i1 non-Iriabla removed --Exterior Catagnry 11 non -friable removed Catemry it non -friable NOT removed RACNI Off -Facility Component 13) Waste Transporter Name:. TDH License Number. Addresv: City: State: Zip: _ Contact Person: Phone Number. ( } 14) Waste Disposal Site Name: Address: City: 5tete: Zip: Tdcoone: { 1 TNRCC Permft Number_ 15) For structurally unsound facilltles, attach a copy of demolition order and identify Govemmerital Official below: Name_ Registration No: Tale: Date of order (Mtllf tDDIYY) . t I Date order to begin (MMJ0D/YY) I 1 16) Scheduled Dates of Asbestos Abatement (PAhIlIDDIYY) Start: I I Complete: J I 17) Scheduled Dates DemolftionlRenovatiion (IVINV1)DIM Start: I I Completa: I I " Note: If the start date an flds notification can rkct be met, tiro TDH Regional or Local Program office Must be contacted by phone priorta the start data. Failure to do so Is a violation In accardince to TAifPA, Section 295.61, 1 hereby certify that all information I have provided Is co. rect, complete, and true to the best of my knowledge. I acknowledge that I arts responsible for all aspects; of the notification form, including, but nod limiting, content and submission dales. The maximum penalty is $10,000 per day per violation. ( l (Signature of Building Owned Operator (Printed Narno) (Data) (Telephone) ... or Delegated ConsutlantJCoWactor) 1 Fax Number) MAIL TO: ASBESTOS NOTIFICATION SECTION TOXIC SUBSTANCES CONTROL DIVISION TEXAS DEPARTMENT OF HEALTH *Faxes bra not ac+captae PO BOX 143538 "Faxas are not acceWad' AUSTIN, TX 78T143530 Phi: 312-834-6600. 1-800-5T2-5548 Farm APB#5, dated 07/2W2, Replaces TD H ftrtm dated 07/fa'0I. For assistance in completing ,form, call t-800-572-5549 03/12/09 SC-61 'ART D - SPECIAL CONDITIONS .. r ftw r No rr No SC-62 PART DA - ADDITIONAL SPECIAL CONDITIONS DA-1 AWARD OF CONTRACT FOR PROJECTS WITH MULTIPLE UNITS .......... (OMITTED) DA-2 PIPELINE REHABILITATION CURED -IN -PLACE PIPE...............................(OMITTED) DA-3 PIPE ENLARGEMENT SYSTEM..................................................................(OMITTED) DA-4 FOLD AND FORM PIPE................................................................................(OMITTED) DA-5 SLIPLINING ..................................... .................................... ............... ........... (OMITTED) DA-6 PIPE INSTALLED BY OTHER THAN OPEN CUT........................................................4 DA-7 TYPE OF CASING PIPE............................................................................ .....7 DA-8 SERVICE LINE POINT REPAIR i CLEANOUT REPAIR...............................................8 DA-9 PROTECTIVE MANHOLE COATING FOR CORROSION PROTECTION ..................11 DA-10 MANHOLE REHABILITATION......................................................................(OMITTED) --� DA-11 SURFACE PREPARATION FOR MANHOLE REHABILITATION .................(OMITTED) DA-12 INTERIOR MANHOLE COATING - MICROSILICATE MORTAR SYSTEM ..(OMITTED) DA-13 INTERIOR MANHOLE COATING - QUADEX SYSTEM................................(OMITTED) .. DA-14 INTERIOR MANHOLE COATING - SPRAY WALL SYSTEM.....................................13 DA-15 INTERIOR MANHOLE COATING - RAVEN LINING SYSTEM....................................16 DA-16 INTERIOR MANHOLE COATING: PERMACAST SYSTEM WITH EPDXY LINER........ .................................................................................................... (OMITTED) DA-17 INTERIOR MANHOLE COATING-STRONG-SEAL-SYSTEM.......................(OMITTED) DA-18 RIGID FIBERGLASS MANHOLE LINERS ....................................................(OMITTED) DA-19 PVC LINED CONCRETE WALL RECONSTRUCTION .................................(OMITTED) .. DA-20 PRESSURE GROUTING............................................................................... (OMITTED) DA-21 VACUUM TESTING OF REHABILITATED MANHOLES..............................(OMITTED) DA-22 FIBERGLASS MANHOLES..........................................................................(OMITTED) DA-23 LOCATION AND EXPOSURE OF MANHOLES AND WATER VALVES ...... (OMITTED) DA-24 REPLACEMENT OF CONCRETE CURB AND GUTTER............................................19 DA-25 REPLACEMENT OF 6" CONCRETE DRIVEWAYS....................................................19 -■ DA-26 REPLACEMENT OF H.M.A.C. PAVEMENT AND BASE ..............................(OMITTED) DA-27 GRADED CRUSHED STONES...................................................................................20 DA-28 WEDGE MILLING 2" TO 0" DEPTH 5.0' WIDE.............................................(OMITTED) DA-29 BUTT JOINTS - MILLED................................................................... ...(OMITTED) DA-30 2" H.M.A.C. SURFACE COURSE (TYPE "D" MIX)......................................(OMITTED) DA-31 REPLACEMENT OF 7" CONCRETE VALLEY GUTTER..............................(OMITTED) DA-32 NEW 7" CONCRETE VALLEY GUTTER......................................................(OMITTED) .. DA-33 NEW 4" STANDARD WHEELCHAIR RAMP ................................................(OMITTED) DA-34 8" PAVEMENT PULVERIZATION.................................................................(OMITTED) DA-35 REINFORCED CONCRETE PAVEMENT OR BASE (UTILITY CUT) ............ (OMITTED) DA-36 RAISED PAVEMENT MARKERS .................. .....(OMITTED) ........................................... DA-37 POTENTIALLY PETROLEUM CONTAMINATED MATERIAL HANDLING ..(OMITTED) DA-38 LOADING, TRANSPORTATION, AND DISPOSAL OF CONTAMINATED SOIL............ ........ :............................................................................................................. (OMITTED) DA-39 ROCK RIPRAP - GROUT - FILTER FABRIC.............................................................. 20 DA-40 ......................................................... CONCRETE RIPRAP ......................... .(OMITTED) -� DA-41 CONCRETE CYLINDER PIPE AND FITTINGS.............................................(OMITTED) DA-42 CONCRETE PIPE FITTINGS AND SPECIALS.. ........................................... (OMITTED) DA-43 UNCLASSIFIED STREET EXCAVATION..................................................(OMITTED) ... DA-44 6" PERFORATED PIPE SUBDRAIN.............................................................(OMITTED) DA-45 REPLACEMENT OF 4" CONCRETE SIDEWALKS......................................(OMITTED) DA-46 RECOMMENDED SEQUENCE OF CONSTRUCTION................................................24 DA-47 PAVEMENT REPAIR IN PARKING AREA ....................................................(OMITTED) DA-48 EASEMENTS AND PERMITS.....................................................................................25 10rz-Vo8 ASC-1 ice. PART DA - ADDITIONAL SPECIAL CONDITIONS DA-49 HIGHWAY REQUIREMENTS........................................................................(OMITTED) DA-50 CONCRETE ENCASEMENT.......................................................................................25 DA-51 CONNECTION TO EXISTING STRUCTURES..... ................................... ................... 25 DA-52 TURBO METER WITH VAULT AND BYPASS INSTALLATION. .................. (OMITTED) DA-53 OPEN FIRE LINE INSTALLATIONS.............................................................(OMITTED) DA-54 WATER SAMPLE STATION.........................................................................(OMITTED) DA-55 CURB ON CONCRETE PAVEMENT.............................................................(OMITTED) DA-56 SHOP DRAWINGS................................................................................................... 26 DA-57 COST BREAKDOWN.... .............. ...................... ...... .... _ ........... ............. ................. 26 DA-58 STANDARD STREET SPECIFICATIONS H.M.A.C. OVERLAY....................(OMITTED) DA-59 H.M.A.C. MORE THAN 9 INCHES DEEP ......................................................(OMITTED) DA-60 ASPHALT DRIVEWAY REPAIR.................................................................................. 27 DA-61 TOP SOIL....................................................................................................................27 DA-62 WATER METER AND METER BOX RELOCATION AND ADJUSTMENT ... (OMITTED) DA-63 BID QUANTITIES..........................................................................................(OMITTED) DA-64 WORK IN HIGHWAY RIGHT OF WAY..........................................................(OMITTED) DA-65 CRUSHED LIMESTONE (FLEX-BASE)........................................................(OMITTED) DA-66 OPTION TO RENEW.....................................................................................(OMITTED) DA-67 NON-EXCLUSIVE CONTRACT.....................................................................(OMITTED) DA-68 CONCRETE VALLEY GUTTER....................................................................(OMITTED) DA-69 TRAFFIC BUTTONS..................................................................................... (OMITTED) DA-70 PAVEMENT STRIPING................................................................................. (OMITTED) DA-71 H.M.A.C. TESTING PROCEDURES..............................................................(OMITTED) DA-72 SPECIFICATION REFERENCES................................................................................27 DA-73 RELOCATION OF SPRINKLER SYSTEM BACK -FLOW PREVENTERICONTROL VALVE AND BOX......................................................................................... (OMITTED) DA-74 RESILIENT -SEATED GATE VALVES...........................................................(OMITTED) DA-75 EMERGENCY SITUATION, JOB MOVE -IN .................................................. (OMITTED) DA-76 1 %" $ 2" COPPER SERVICES....................................................................(OMITTED) DA-77 ............ SCOPE OF WORK (UTIL. CUT) ..................................................... ...(OMITTED) DA-78 CONTRACTOR'S RESPONSIBILTY (UTIL. CUT)........................................(OMITTED) DA-79 CONTRACT TIME (UTIL. CUT).....................................................................(OMITTED) DA-80 REQUIRED CREW PERSONNEL 8E EQUIPMENT (UTIL. CUT)...................(OMITTED) DA-81 TIME ALLOWED FOR UTILITY CUTS (UTIL. CUT) ....... ..............................(OMITTED) DA-82 LIQUIDATED DAMAGES (UTIL. CUT).........................................................(OMITTED) DA-83 PAVING REPAIR EDGES (UTIL. CUT).........................................................(OMITTED) DA-84 TRENCH BACKFILL (UTIL, CUT)...... .................... .......................... ........... (OMITTED) DA-85 CLEAN-UP (UTIL. CUTI................................................................................(OMITTED) DA-86 PROPERTY ACCESS (UTIL. CUT)...............................................................(OMITTED) DA-87 SUBMISSION OF BIDS (UTIL. CUTI............................................................(OMITTED) DA-88 STANDARD BASE REPAIR FOR UNIT I (UTIL. CUT) .................................(OMITTED) DA-89 CONCRETE BASE REPAIR FOR UNIT 118E UNIT III (UTIL, CUT).................(OMITTED) DA-90 2" TO 9" H.M.A.C. PAVEMENT (UTIL. CUTI................................................(OMITTED) DA-91 ADJUST WATER VALVE BOXES, MANHOLES, AND VAULTS (UTIL. CUT) ............... ...................................................................................................................... (OMITTED) DA-92 MAINTENANCE BOND (UTIL. CUTI.............................................................(OMITTED) DA-93 BRICK PAVEMENT (UTIL. CUT).................................................................. (OMITTED) DA-94 LIME STABILIZED SUBGRADE (UTIL. CUTI...............................................(OMITTED) DA-96 CEMENT STABILIZED SUBGRADE (UTIL. CUT)........................................(OMITTED) DA-96 REPAIR OF STORM DRAINI STRUCTURES (UTIL. CUT)...........................(OMITTED) am am w ON .. m 10123108 ASC-2 .. .. PART DA - ADDITIONAL SPECIAL CONDITIONS .. .. .. .. DA-97 "QUICK -SET" CONCRETE (UTIL. CUT) ................................ .......(OMITTED) DA-98 UTILITY ADJUSTMENT (UTIL. CUT).... .................................. ...................... OMITTED DA-99 STANDARD CONCRETE SIDEWALK AND WHEELCHAIR RAMPS (UTIL. CUT)........ ...................................... ................................................. ...... _..... (OMITTED) DA-100 LIMITS OF CONCRETE PAVEMENT REPAIR (UTIL. CUT) .....................(OMITTED) DA-101 CONCRETE CURB. AND GUTTER (UTIL. CUT).......................................(OMITTED) DA-102 PAYMENT (UTIL.. CUT).............................................................................(OMITTED) DA-103 DEHOLES (MISC. EXT.1..................... ......... ..................... .................. :................... 29 DA-104 CONSTRUCTION LIMITATIONS (MISC. EXT.).........................................(OMITTED) DA-106 PRESSURE CLEANING AND TESTING (MISC. EXT.).............................(OMITTED) DA-106 BID QUANTITIES (MISC. EXT.)................................................................(OMITTED) DA-107 LIFE OF CONTRACT (MISC. EXT.)..........................................................(OMITTED) DA-108 FLOWABLE FILL (MISC. EXT.)............................................................................. 29 DA-109 BRICK PAVEMENT REPAIR (MISC. REPL.)............................................(OMITTED) DA-110 DETERMINATION AND INITIATION OF WORK (MISC. REPL.) ..............(OMITTED) DA-111 WORK ORDER COMPLETION TIME (MISC. REPL.) ...............................(OMITTED) DA-112 MOVE IN CHARGES (MISC. REPL.)................................................. ...(OMITTED) DA-113 PROJECT SIGNS (MISC. REPL.)............................................................. (OMITTED) DA-114 LIQUIDATED DAMAGES (MISC. REPL.).................................................(OMITTED) DA-116 TRENCH SAFETY SYSTEM DESIGN (MISC. REPL.)............................................30 DA-116 FIELD OFFICE.............................................................. I ........................... (OMITTED) DA-117 TRAFFIC CONTROL PLAN.................................................................................... 30 DA-118 COORDINATION OF WORK WITH CONTRACTOR FOR OTHER UNITS(OMITTED) DA-119 CATHODIC PROTECTION SYSTEM...........................................................(OMITTED) 10123108 ASC-3 PART DA - ADDITIONAL SPECIAL CONDITIONS DA-1 AWARD OF CONTRACT FOR PROJECTS WITH MULTIPLE UNITS ............ (OMITTED) DA-2 PIPELINE REHABILITATION CURED -IN -PLACE PIPE..............................(OMITTED) DA-3 PIPE ENLARGEMENT SYSTEM............................................................(OMITTED) DA-4 FOLD AND FORM PIPE.......................................................................(OMITTED) .. DA-5 SLIPLINING.......................................................................................(OMITTED) DA-6 PIPE INSTALLED BY OTHER THAN OPEN CUT A. GENERAL: a 1. Fumish materials and necessary accessories, with strengths, thickness, coatings, and fittings indicated, specified and/or necessary to complete the work. 2. All excavation shall provide an open area conforming to the outside diameter of the casing and/or carrier conduit, The excavation shall be to an alignment and grade which will allow the carrier conduit to be installed to proper line and grade as .. shown on the Plans and as established in the Specifications. 3. Work shall be performed in accordance with the requirements of the City of Fort Worth Water Department, the, Texas Department of Transportation, or railroad company, as applicable. B. MATERIALS: 1. Casing Pipe: Casing pipe shall be steel conforming to ANSI B36.10 and the following: a. Field Strength: 35,000 psi minimum. M b. Wall thickness: 0.312 in. minimum (0.5 for railroad crossings). C. Diameter: As shown on the drawings (minimum size requirements). ,o d. Joints: Continuous circumferential weld in accordance with AWS D1.1, 2. Carrier Pipe in Casing: Carrier pipe shall be as shown on drawings and as specified in the General Contract Documents. 3. Sewer Pipe without Casing Pipe: Shall be minimum Class 51 ductile iron pipe, or as designated on the plans. 4. Grout: Grout shall be Portland Cement grout of min. 2000 psi compressive strength at 28 days. Proportioned not less than 1 cu. ft. of cement to 3 cu. ft. of fine sand with sufficient water added to provide a free flowing thick slurry. i 10123108 ASC-4 PART DA - ADDITIONAL SPECIAL CONDITIONS C. EXECUTION 1. Where sewer pipe is required to be installed under railroad embankments or under highways, streets or other facilities in other than open cut, construction shall be performed in such a manner so as to not interfere with the operation of the railroad, street, highway, or other facility, and so as not to weaken or damage any embankment or structure. During construction operations, barricades and lights to safeguard traffic and pedestrians shall be furnished and maintained, until such time as the backfill has been completed and then shall be removed from the site. -' 2. Pits and Trenches: a. If the grade of the pipe at the end is below the ground surface, suitable pits or trenches shall be excavated for the purpose of conducting the jacking or tunneling operations and for placing end joints of the pipe. Wherever end trenches are cut in the sides of the embankment or beyond it, such work shall be sheeted securely and braced in a manner to prevent earth from caving in. b. The location of the pit shall meet the approval of the Engineer. C. The pits of trenches excavated to facilitate these operations shall be backfilled immediately after the casing and carrier pipe installation has been completed. 3. Boring and Jacking Steel Casing Pipe: Steel casing pipe shall be installed by boring hole with the earth auger and simultaneously jacking pipe into place. a. The boring shall proceed from a pit provided for the boring equipment and -• workmen. The holes are to be bored mechanically. The boring shall be done using a pilot hole. By this method an approximate 2-inch hole shall be bored the entire length of the crossing and shall be checked for line and grade on the opposite end of the bore from the work pit. This pilot hole shall serve as the centerline of the larger diameter hole to be bored. Other methods of maintaining line and grade on the casing may be approved if _ acceptable to the Engineer. Excavated material shall be placed near the top of the working pit and disposed of as required. The use of water or other fluids in connection with the boring operation will be permitted only to the extent required to lubricate cuttings. Jetting or sluicing will not be permitted. b. In unconsolidated soil formations, a gel -forming colloidal drilling fluid consisting of at least 10 percent of high grade carefully processed bentonite may be used to consolidate cuttings of the bit, seal the walls of the hole, and furnish lubrication for subsequent removal of cuttings and installation of .. the pipe immediately thereafter. C. Allowable variation from the line and grade shall be as specified under .. paragraph A.2. All voids between bore and outside of casing shall be pressure grouted. 10/23/08 ASC-5 IM PART DA - ADDITIONAL SPECIAL CONDITIONS 4. Installation of Carrier Pipe in Casing: a. Sanitary sewer pipe located within the encasement pipe shall be supported by "skids" or "bands" to prevent the pipe and bells from snagging on the inside of the casing, and to keep the installed line from resting on the bells. b. All skids shall be treated with a wood preservative. Skids should extend for the full length of the pipe with the exception of the bell area and spigot area necessary for assembly unless otherwise specified. C. The Contractor shall prevent over -belling the pipe while installing it through the casing. A method of restricting the movement between the assembled bell and spigot where applicable shall be provided. d. At all bored, jacked, or tunneled installations, the annular space between the carrier pipe and casing shall be filled with grout. Care must be taken that not too much water is forced into the casing so as not to float the pipe. The backfill material will not be required unless specified on the plans and specified by the Engineer. .. e. Closure of the casing after the pipe has been installed shall be plugged at the ends of the casing as shown on the drawings or as required by the .. Engineer. 5. Boring and .lacking Ductile Iron Pipe without Casing Pipe: .. a. As indicated on drawings and as required and directed by the Engineer sewer shall be constructed of bore and jacked ductile iron pipe. b. When a casing pipe is not designated on the drawings, the contractor shall provide a casing pipe if necessary to achieve line and grade. Casing pipe shall be provided at no additional cost and shall be subsidiary to the cost bid for installation By Other than Open Cut. C. Bore and jack in accordance with paragraph C.3. above, d. Short length of sewer consisting of a single pipe section may be instaued by jacking without a bore hole if permitted by the Engineer and in soft soil _ layer. All voids outside of installed pipe shall be pressure grouted. 6. Tunneling: Where the characteristics of the soil, the size of the proposed pipe, or the use of monolithic sewer would make the use of tunneling more satisfactory than jacking or boring, or when shown on the plans, a tunneling method may be used, with the approval of the Engineer or railroad/highway officials. 10123108 ASC-6 No PART DA - ADDITIONAL SPECIAL CONDITIONS „r a. When tunneling is permitted, the lining of the tunnel shall be of sufficient strength of support the overburden. The Contractor shall submit the proposed liner method to the Engineer for approval. The tunnel liner ow design shall bear the seal of a licensed professional engineer in the State of Texas. Approval by the Engineer shall not relieve the Contractor of the responsibility for the adequacy of the liner method. b. The space between the tunnel liner and the limits of excavation shall be pressure grouted or mud jacked. so C. Access holes for placing concrete shall be space at maximum intervals of 10 feet. D. MEASUREMENT AND PAYMENT: Installation of pipe by other than open cut will be measured by the linear foot of pipe, complete in place. Such measurement will be made between the ends of the pipe along the central axis as installed. The work performed and materials furnished as prescribed by this item will be paid for at the Contract Unit Price bid per linear foot for Pipe Installed by Other Than Open Cut of the type, size, and class of pipe specified as shown on plans. The furnishing of all materials, pipe, liner materials .. required for installation, for all preparation, hauling and installing of same, and for all labor, tools, equipment and incidentals necessary to complete the work, including excavation, backfilling and disposal of surplus material shall be included in the Contract Unit Price as shown in the Bid Proposal. Payment shall not include pavement replacement, which if required, shall be paid separately. 4M DA-7 TYPE OF CASING PIPE 1. WATER: ..� The casing pipe for open cut and bored or tunneled section shall be AWWA C-200 Fabricated Electrically Welded Steel Water Pipe, and shall conform to the provisions of E1-15, El-5 and El-9 in Material Specifications of General Contract Documents and Specifications for Water Department Projects. The steel casing pipe shall be supplied as follows: A. For the inside and outside of casing pipe, coal -tar protective coating in accordance with the requirements of Sec. 2.2 and related sections in AWWA C-203. B. Touch-up after field welds shall provide coating equal to those specified above. C. Minimum thickness for casing pipe used shall be 0.375 inch. Casing Spacers (centering style) such as manufactured by Cascade Waterworks Manufacturing Mir Company, Advanced Products and Systems, Inc., or an approved equal shall be used on all non - concrete pipes when installed in casing. Installation shall be as recommended by the manufacturer. 2. SEWER: OM Boring used on this project shall be in accordance with the material standard E1-15 and Construction standard E2-15 as per Fig. 110 of the General Contract Documents. 10/2"a M ASC-7 PART DA - ADDITIONAL SPECIAL CONDITIONS w 3. PAYMENT: Payment for all materials, labor, equipment, excavation, concrete grout, backfill, and incidental work shall be included in the unit price bid per foot. DA-8 SERVICE LINE POINT REPAIR / CLEANOUT REPAIR A. GENERAL: The work covered by this item consists of furnishing all labor, material, equipment, supervision, etc. necessary to construct a point repair on the portion of a service line located within a utility easement, street right-of-way or on private property. Point repairs on private property shall only be addressed after the Contractor has received written permission from the property owner to do the work. A blank Right-of=Entry Agreement form to be completed by the Contractor and the individual property owners is included at the end of this section. The Contractor shall keep a record copy of all Right - of -Entry forms obtained and have it on hand at all times during construction. C The street addresses and approximate location of service line repairs are shown in Table _ and the Field Survey Forms in Attachment . It shall be the Contractors responsibility to accurately field locate the exact point of repair. MATERIALS: The pipe replacement material shall be gasketed joint, gravity PVC sewer pipe (ASTM D- 3034, SDR 26) and have a minimum cell classification of 12454 A or B as defined in ASTM D-1784. Installation shall be in strict compliance with the manufacturer, recommendations and the Uni-Bell Plastic Pipe Association. The method of jointing the ends of the replaced pipe with the existing pipe shall be water tight. .. M No .. C. EXECUTION: "' After the location of the point repair is determined, the Contractor shall excavate and remove the damaged pipe and replace with new pipe. The minimum length of pipe replaced shall be three (3) feet. All work shall be performed by a licensed plumber. Determine whether additional lengths of line beyond "minimum length" criteria need replacement. Report need for additional replacement to City and obtain approval before proceeding. 2. The Contractor shall excavate, shape the bottom of the trench and place the required pipe bedding so that the grade of the replaced pipe matches the existing service line grade. 3. Numerous service line point repairs along with lateral line point repairs and obstruction removals are located in areas which in many instances will require the removal of existing landscaping, structures, sidewalks, driveways, etc. Items removed or disturbed shall replaced or restored to original conditions or better. 4. Removal of Debris: Excess excavated material and debris are to be removed from the work site daily. Cost of hauling excess excavation and debris is to be included in the price bid for "Service Line Point Repair". 3108 ASC-8 Y .. BW PART DA - ADDITIONAL SPECIAL CONDITIONS 5. Roof and Yard Drains: At the locations indicated in Table of the Attachments. The Contractor shall disconnect roof and yard drains from the sanitary sewer service line. For yard drains, the Contractor shall excavate and remove the drain from the yard and plug the line at the property line. For roof drains, the Contractor shall remove the downspout from the drain line and plug the line to prevent inflow. In addition, the Contractor shall install an elbow fitting at the bottom of the downspout to direct runoff, away from the building, and a concrete splash pad to prevent erosion. ow 6. Disconnected Service Lines: At the locations indicated in Table_ of Attachments to the Special Contract Documents, the Contractor shall remove the service line no longer in use by excavating at the property line and plugging the .o service line. 7. Abandonment of Point Repair: If a pipe is exposed and found in good condition, .; not requiring a point repair, notify City Engineer who will record abandonment of point repair. _ Backfill the excavation, replace pavement or sidewalk and repair and seed or sod unpaved areas. 8. Cleanout Repair: The Contractor shall make appropriate repairs to cleanouts as indicated in Table _ and as shown on the PLANS. All cleanout repair work shall be performed by a licensed plumber, am a. General This special condition describes the repair of sanitary sewer cleanouts •� located on private property as designated on the 1/1 Elimination Repair plans. Repair of the cleanouts shall consist of replacing defective cleanout caps or installing new caps where none exist, such that inflow is eliminated. There will be no repairs made to the existing cleanouts that require excavation, other than what is required to expose the top of the cleanout so that the new caps can be installed. b. Materials Replacement cleanout caps shall be Dal -Caps as manufactured by Dallas Specialty & Mfg. Company, or equal. The rubber caps are held down by stainless steel clamps. c_ Excavation 1) The Contractor shall submit shop drawings on all materials and equipment to be installed. 2) The Contractor is responsible for obtaining right of entry from the Wo property owners prior to performing any work. Property owners should be notified 48 hours in advance of any work on their property. 7 w"s .. ASC-9 PART DA - ADDITIONAL SPECIAL CONDITIONS ow 3) The Contractor shall restore any disturbed surface to its original or better condition at no separate pay. D, MEASUREMENT AND PAYMENT: 1. Payment for service line point repair shall be on a unit price basis for each repair .. performed on all sizes of service lines for the respective depths. The minimum length of service line point repair shall be three (3) feet. No separate pay if the work is done within the limits of a service line reconnect as defined in Special Condition, D-28, "Sanitary Sewer Services". " 2. Measurements for extra length repair is on a linear foot basis for repairs in excess of the minimum 3 foot replacement length. 3. All pipe fittings, adapters, concrete collars, bedding, and removal and replacements of grass sodding required shall be considered incidental to service line point repair. 3. If no pay item is included for any work required to properly complete a service line .. point repair as specified, the cost to perform said work, including any required removal and replacement of materials, shall be considered incidental to the service line point repair. _ 5. Depth of Bury is to be measured from Natural Ground Level to the Flow Line of the Sanitary Sewer Service Line at the Point of Replacement. The minimum trench aw width shall be 3'-0". 6. All excavation, backfill, removal and replacement of grass sodding and landscaping, plugs, fittings, and splash pads shall be considered incidental to 1" removal of yard drains, disconnecting roof drains and plugging disconnected service lines. 7. No separate payment will be made for the Contractor to obtain written permission to enter private property. 8. Payment will be made for Abandonment of Point Repairs at the Contract Unit Price for Excavation and Backfill Abandoned Point. Repairs. 9. Payment shall be made at the Contract Unit Price for each sanitary sewer cleanout successfully repaired. Payment shall be full compensation for all materials, equipment, and labor required to perform the work. .. W 10123108 ASC-10 we PART DA - ADDITIONAL SPECIAL CONDITIONS DA-9 PROTECTIVE MANHOLE COATING FOR CORROSION PROTECTION A. GENERAL: 1. Scope: This section governs all work, materials and testing required for the application of interior protective coating. Structures designated to received interior ' coating are listed on the construction drawings. The structures are to be coated, including interior wall, top and bench surfaces. Protective coating for corrosion protection shall meet the requirements of this Specification (and items DA-14 and DA-15) and the Manufacturers recommendations and specifications- 2. Description: The Contractor shall be responsible for the furnishing of all labor, supervision, materials, equipment, and testing required for the completion of protective coating of structures in accordance with manufacturer's recommendations. 3. Manufacturer's Recommendations: Materials and procedures utilized for the lining process shall be in strict accordance with manufacturer's recommendations. 4. Corrosion Protection: Corrosion protection may be required on all structures where high turbulence or high H2S content is expected. B. MATERIALS: 1. Scope: This section governs the materials required for completion of protective "' coating of designated structures. 2. Protective Coating: The protective coating shall be a proprietary two component, �► 100 percent solids, rigid polyurethane system designated as Spray Wall as manufactured by Sprayroq, Inc. or a two-part epoxy resin system using 100% solids based epoxy binder with fibrous and flake fillers, is manufactured by Raven Lining systems and designated as Raven 405. 3. Specialty Cement (If required for leveling or filling): The specialty cement -based coating material shall be either Quadex QM-1s as manufactured by Quadex, Inc. or Reliner MSP as manufactured by Standard Cement Materials. ro2"8 4. Material Identification: The protective coating material sprayed onto the surface of the structure shall be a urethane or epoxy resin system formulated for the application to a sanitary sewer environment. The spray system shall exhibit the minimum physical properties as follows: Property Standard long Term Value Tensile Strength ASTM D-638 5,000 psi Flexural Stress ASTM D-790 10,000 psi Flexural Modulus ASTM D-790 550,000 psi ASC-11 aw PART DA - ADDITIONAL SPECIAL CONDITIONS 5. Mixing and Handling: Mixing and Handling of specialty cement material and -• protective coating material, which may be toxic under certain conditions shall be in accordance with the recommendations of the manufacturer and in such a manner as to minimize hazard to personnel. It is the responsibility of the Contractor to provide appropriate protective measures to ensure that materials are under control at all times and are not available to unauthorized personnel or animals. All equipment shall be subject to the approval of the Engineer. Only personnel thoroughly familiar with the handling of the coating material shall perform the spray .r coating operations and coating installations. C. EXECUTION: no 10123108 1. General: Protective coating shall not be installed until the structure is complete and in place. .. 2. Preliminary Repairs: a. All foreign materials shall be removed from the interior of the structure using high pressure water spray (3500 psi to 4000 psi at spray tip). b. All unsealed lifting holes, unsealed step holes, and voids larger than approximately one-half (1/2) inch in thickness shall be filled with patching compound as recommended by the material supplier for this application. C. After all repairs have been completed, remove all loose material. 3. Protective Coating: am a. The protective coating shall be applied to the structure from the bottom of the frame to the bench, down to the top of the trough. The top of the structure shall also be coated. b. The protective coating shall be installed in accordance with the .N manufacturer's recommendations and the following procedure. 1) The surface shall be thoroughly cleaned of all foreign materials and matter. 2) Place covers over the invert to prevent extraneous material from entering the sewers. .. 3) If required for filling or leveling, apply specialty cement product to provide a smooth surface for the coasting material. 4) Spray the urethane or epoxy onto the structure wall and bench/trough to a minimum uniform thickness of 125 mils (0.125 inches). Thickness to be verifiable through the use of methods acceptable to the Engineer. After the walls are coated, the wooden bench covers shall be removed. ASC-12 "" PART DA - ADDITIONAL SPECIAL CONDITIONS .. 5) The final application shall have a minimum of three (3) hours cure time or be set hard to the touch, before being subjected to active flow. 6) No applications shall be made to frozen surfaces or if freezing is expected to occur inside the structure within 24 hours after application. 4. Testing of Rehabilitated Manholes: Testing of rehabilitated manholes for watertightness shall be performed by the Contractor after operations are complete in accordance with the Section D-36 - VACUUM TESTING OF SANITARY SEWER MANHOLES. D. MEASUREMENT AND PAYMENT: Payment shall be based on the Contract Unit Price .. Bid per vertical foot, measured from the bottom of the frame to the top of the bench. The Contract Unit Price shall be payment in full for performing the work and for furnishing all labor, supervision, materials, equipment and material testing required to complete the work. Pressure grouting, if necessary to stop active infiltration prior to application of the protective coating, shall be included in the above unit price. Grouting of the pipe seals, bench and trough, and lower portion of a particular structure, if required by the Engineer, shall be paid for separately, as specified in Section DA-10, MANHOLE REHABILITATION. .. DA-10 MANHOLE REHABILITATION..............................................................(OMITTED) DA-11 SURFACE PREPARATION FOR MANHOLE REHABILITATION .................(OMITTED) DA-12 INTERIOR MANHOLE COATING - MICROSILICATE MORTAR SYSTEM.....(OMITTED) DA-13 INTERIOR MANHOLE COATING - QUADEX SYSTEM..............................(OMITTED) DA-14 INTERIOR MANHOLE COATING - SPRAY WALL SYSTEM A. GENERAL 1. Scope MW This section governs all work, materials and testing required for the application of interior manhole coating. Manholes designated for interior coating are listed on the Manhole Rehabilitation Schedule. Interior manhole coating shall meet the No requirements of this Section or of Section DA-12, DA-13, DA-15, DA-16 or DA-17. 2. Description .. The Contractor shall be responsible for the furnishing of all labor, supervision, materials, equipment, and testing required for the completion of interior coating of manholes in accordance with the Contract Documents. ,. 3. Manufacturer's Recommendations "" Materials, mixture ratios, and procedures utilized for the coating process shall be in accordance with manufacturer's recommendations. 10/29/08 ASC-13 .. PART DA - ADDITIONAL SPECIAL CONDITIONS 4. Manholes Manholes to be coated are of brick, block, or concrete construction. All manholes shall have a minimum of one-half (1/2) inch specialty cement -based coating material (Quadex QM-1 s or Reliner MSP) sprayed or trowelled on coating over the original interior surface. B. MATERIALS 1. Scope 2. 3. 4. 4 0181.1 This section governs the materials required for completion of interior coating of manholes. Interior Coating The interior coating shall be a proprietary two component, 100 percent solids, rigid polyurethane system designated as Spray Wall as manufactured by Sprayroq, Inc. Specialty Cement The specialty cement -based coating material shall be either Quadex QM-1 s as manufactured by Quadex, Inc. or Reliner MSP as manufactured by Standard Cement Materials. Material Identification The interior manhole coating material sprayed onto the surface of the manhole shall be a urethane resin system formulated for the application to a sanitary sewer environment. The spray system shall exhibit the physical properties as follows: Propertv Standard Lonq Term Value Tensile Strength ASTM D-638 5,000 psi Flexural Stress ASTM D-790 10,000 psi Flexural Modulus ASTM D-790 550,000 psi Mixing and Handling Mixing and handling of specialty cement material and interior coating material, which may be toxic under certain conditions shall be in accordance with the recommendations of the manufacturer and in such a manner as to minimize hazard to personnel. It is the responsibility of the Contractor to provide appropriate protective measures to ensure that materials are under control at all times and are not available to unauthorized personnel or animals. All equipment shall be subject to the approval of the Engineer. Only personnel thoroughly familiar with the handling of the coating material shall perform the spray coating operations and coating installations. ASC-14 .r ,s sm .. so no PART DA - ADDITIONAL SPECIAL CONDITIONS Wo C. .EXECUTION 1. General .. Manhole coating shall not be installed until sealing of manhole frame and grade adjustments, or partial manhole replacement when required for the manhole per the Manhole Rehabilitation Schedule, is complete. 2. Temperature - Normal interior coating operation shall be performed at temperatures of 40°F or greater. No application shall be made when freezing is expected within 24 hours. .• 3. Interior Manhole Coating a. The interior coating shall be applied to the manhole from the bottom of the WN frame to the bench, down to the top of the trough. b. The interior coating shall be installed in accordance with the manufacturer's no recommendations and the following procedure. 1) The surface shall be thoroughly cleaned of all foreign materials and matter. Cleaning shall be accomplished by using high pressure water spray (minimum 3500 psi at spray tip), cleaning with muriatic acid, degreaser, or other solvents as needed in order to remove any film or residue on the surface. 2) Place covers over the invert to prevent extraneous material from entering the sewers. 3) Apply a minimum of one-half (1/2) inch specialty cement product (Quadex QM-1 s or Reliner MSP) smooth surface for the urethane coating material. 4) Spray the urethane onto the manhole wall and benchArough with a minimum thickness of 125 mils (0.125 inches). Thickness to be '� verifiable through the use of methods acceptable to the Engineer. 5) Coat trough area with specialty cement product (Quadex QM-1s or Reliner MSP). 1. Testing of Rehabilitated Manholes a. Testing of rehabilitated manholes for watertightness shall be performed by the Contractor after operations are complete in accordance with Section DA- a. 21. wa 10/23/08 w ASC-15 PART DA - ADDITIONAL SPECIAL CONDITIONS D. MEASUREMENT AND PAYMENT � Payment shall be based on the Contract Unit Price per vertical foot, measured from the bottom of the frame to the top of the bench. The Contract Unit Price shall be payment in full for performing the work and for furnishing all labor, supervision, materials, equipment and material testing required to complete the work. Grouting, if necessary, shall be included in the above unit price. Grouting of the pipe seals, bench and trough, and lower portion of a particular manhole, if required by Manhole Rehabilitation Work Schedule or i required to be done by the Engineer, shall be paid for separately at the Contract Unit Price. DA-15 INTERIOR MANHOLE COATING - RAVEN LINING SYSTEM No A. GENERAL L 10/23/08 Scope This section governs all work, materials and testing required for the application of .o interior manhole coating. Manholes designated for interior coating are listed of the Manhole Rehabilitation Schedule, listed in Section I. Interior manhole coating shall meet the requirements of this Section, or of Section DA-12, DA-13, DA-14, DA-16 or an DA-17. 2. Description The Contractor shall be responsible for the furnishing of all labor, supervision, materials, equipment, and testing required for the completion of interior coating of manholes in accordance with the Contract Documents. 3. Manufacturer's Recommendations Materials, mixture ratios, and procedures utilized for the coating process shall be in accordance with manufacturer's recommendations. ow 4. Manholes Manholes to be coated are of brick, block, or concrete construction. All manholes shall have a minimum of one-half (1/2) specialty cement -based coating material (Quadex QM-1 s or Reliner MSP) sprayed or trowelled on coating over the original interior surface. .. MATERIALS Scope — This section governs the materials required for completion of interior coating of manholes. 2. Interior Coating Raven Ultra High -Build epoxy Coating, a two-part epoxy resin system using 100% solids based epoxy binder with fibrous and flake fillers, is manufactured by Raven Lining systems and designated as Raven 405. ASC-16 PART DA - ADDITIONAL SPECIAL CONDITIONS VW 3. Specialty Cement The specialty cement -based coating material shall be either Quadex QM-1s as manufactured by Quadex, Inc. or Reliner MSP as manufactured by Standard Cement Materials. am 4. Material Identification Contractors will completely identify the types of grout, mortar, sealant, and/or root ow control chemicals proposed and provide case histories of successful use or defend the choice of grouting materials based on chemical and physical properties, ease of application, and expected performance. These grouting materials shall be ,me compatible with Raven 405 interior coating. The contractor shall be responsible for getting approval from Raven Lining systems and/or the grout manufacturers for the use of these grouting materials. no 5. Mixing and Handling am Mixing and handling of interior coating, which may be toxic under certain conditions shall be in accordance with the recommendations of the manufacturer and in such a manner as to minimize hazard to personnel. It is the responsibility of the Contractor to provide appropriate protective measures to ensure that materials are under no control at all times and are not available to unauthorized personnel or animals. All equipment shall be subject to the approval of the Engineer. Coating shall be performed only by certified applicators approved by the manufacturers. an C. EXECUTION 5W 1. General Manhole coating shall not be performed until sealing of manhole from frame and am grade adjustments, partial manhole replacement, manhole grouting or sewer replacement/repairs are complete. 2. Temaw peratures Normal interior coating operation shall be performed at temperatures of 40°F or greater. No application shall be made when freezing is expected within 24 hours. 3. Interior Manhole Coating - a. Manholes scheduled for interior coating are shown on the Manhole Rehabilitation Schedule. The interior coating shall be applied to the manhole from the bottom of the manhole frame to the bench/trough, including the bench/trough. b. The interior coating shall be installed in accordance with the manufacturer's WN recommendations and the following procedure. 10/23/08 ASC-17 PART DA - ADDITIONAL SPECIAL CONDITIONS 1) The surface preparation shall comply with the requirements of .. Section DA-11, SURFACE PREPARATION FOR MANHOLE RESTORATION. 2) Apply a minimum of one-half (1/2) inch specialty cement -based product (Quadex QM-1 s or Reliner MSP) smooth surface for the urethane coating material. r 3) The surface prior to application may be damp but shall not have noticeable free water droplets seeping or running water. Material shall be spray applied per manufacturer's recommendations with a minimum thickness of 125 mils (0.125 inch). 4) After the walls are coated, the wooden bench covers shall be ago removed and the bench sprayed to the same average and minimum thickness as required for the walls. 5) The final application shall have a minimum of three (3) hours cure time or be set hard to the touch, before being subjected to active flow. 6) No applications shall be made to frozen surfaces or if freezing is expected to occur in side the manhole within 24 hours after application. 4. Testing of Rehabilitated Manholes a. After the epoxy liner has set (hard to touch), all visible pinholes shall be repaired. Repairs shall be made by lightly abrading the surface and brushing the lining material over the area. All blisters and evidence of uneven cover shall be repaired according to the manufacturer's recommendations. Spot check of coating thickness may be made by Owners Representative, and the contractor shall repair these areas as required, at no additional cost to the Owner. b. Testing of rehabilitated manholes for watertightnesss shall be performed by the Contractor after operations are complete in accordance with Section DA-- i 21 —VACUUM TESTING OF REHABILITATED MANHOLES. D. MEASUREMENT AND PAYMENT Payment shall be based on the Contract Unit Price per vertical foot, measured from the bottom of the frame to the top of the bench. The Contract Unit Price shall be payment in full for performing the work and for furnishing all labor, supervision, materials, equipment all " testing necessary to complete the work, Payment for grouting of pipe seals, bench and trough and manhole walls shall be based on the Contract Unit Price for each manhole actually grouted. DA-16 INTERIOR MANHOLE COATING: PERMACAST SYSTEM WITH EPDXY LINER................................................................................................(OMITTED) 10/23/08 ASC-18 .� PART DA - ADDITIONAL SPECIAL CONDITIONS DA-17 INTERIOR MANHOLE COATING-STRONG-SEAL-SYSTEM........................(OMITTED) DA-18 RIGID FIBERGLASS MANHOLE LINERS .................................................(OMITTED) W, DA-19 PVC LINED CONCRETE WALL RECONSTRUCTION.................................(OMITTED) go DA-20 PRESSURE GROUTING.......................................................................(OMITTED) DA-21 VACUUM TESTING OF REHABILITATED MANHOLES.............................(OMITTED) *o DA-22 FIBERGLASS MANHOLES...................................................................(OMITTED) .. DA-23 LOCATION AND EXPOSURE OF MANHOLES AND WATER VALVES ......... (OMITTED) DA-24 REPLACEMENT OF CONCRETE CURB AND GUTTER so These provisions require the contractor to remove all failed existing curb and gutter, as designated by the Construction Engineer, and replace with standard concrete curb and gutter, laydown curb and gutter, or in like kind, as governed by the standard City Specifications, Item No. me 104 "Removing Old Concrete", Item No. 502 "Concrete Curb and Gutter", and Drawing Nos. S-S2 through S-S4. Pay limits for laydown curb and gutter are shown in Drawing No. S-S5 of the Standard Specifications. Contractor shall saw cut the curb and gutter and pavement prior to removal. Included, and figured subsidiary to this unit price, will be the required sawcut excavation, as per specification Item No. 106 "Unclassified Street Excavation", into the street to aid in the construction of the curb and gutter. The pay limit will be 9" out from the gutter lip, with same day haul -off of the removed material to a suitable dump site. The street void shall be filled with H.M.A.C. "Type D" mix as per specification No. 300 "Asphalts, Oils and Emulsions", Item No. 304 "Prime Coat" and Item No. 312 "Hot Mix Asphaltic Concrete" and compacted to standard City densities and top soil as per specification item No. 116 "Top Soil", if needed, shall be added and aw leveled to grade behind the curb. Existing improvements within the parkway such as water meters, sprinkler system, etc. damaged during construction shall be replaced with same or better at no cost to the City. no Backfill for curb and gutter shall be completed within fourteen (14) calendar days from the day of demolition to date of completion. If the contractor fails to complete the work within fourteen (14) go calendar days, a.$100 dollar liquidated damage will be assessed per block per day. The unit price bid per linear foot shall be full compensation for all materials, labor, equipment and incidentals necessary to complete the work. .. DA-25 REPLACEMENT OF 6" CONCRETE DRIVEWAYS This item shall include the removal and replacement of existing concrete driveways, due to deterioration or in situations where curb and gutter is replaced to adjust grades to eliminate ponding water with same day haul -off of the removed material to a suitable dump site. For ,W specifications governing this item see Item No. 104 "Removing Old Concrete", Item No. 504" Concrete Sidewalk and Driveways". Pay limits for concrete driveway are as shown in Drawing No. S-S5 of the Standard Specifications. No 10123/06 ASC-19 PART DA - ADDITIONAL SPECIAL CONDITIONS MW The unit price bid per square yard shall be full compensation for all labor, material, equipment, aw supplies, and incidentals necessary to complete the work. DA-26 REPLACEMENT OF H.M.A.C. PAVEMENT AND BASE.............................(OMITTED) „_, DA-27 GRADED CRUSHED STONES This item shall be used to repair the failed base material in areas exceed 8" deep as directed by No the Engineer. The material shall be graded crushed stones. For specifications governing this item see Item No. 208 "Flexible Base". 1W The unit price bid per cubic yard shall be full compensation for all materials, labor, equipment and incidentals necessary to complete the work. No DA-28 WEDGE MILLING 2" TO 0" DEPTH 5.0' WIDE.........................................(OMITTED) .. DA-29 BUTT JOINTS —MILLED .....................................................................(OMITTED) DA-30 2" H.M.A.C. SURFACE COURSE (TYPE "D" MIX)....................................(OMITTED) DA-31 REPLACEMENT OF 7" CONCRETE VALLEY GUTTER.............................(OMITTED) DA-32 NEW 7" CONCRETE VALLEY GUTTER ................................ ................. DA-33 NEW 4" STANDARD WHEELCHAIR RAMP.............................................(OMITTED) sm DA-34 8" PAVEMENT PULVERIZATION..........................................................(OMITTED) DA-35 REINFORCED CONCRETE PAVEMENT OR BASE (UTILITY CUT)..............(OMITTED) DA-36 RAISED PAVEMENT MARKERS............................................................(OMITTED) sm DA-37 POTENTIALLY PETROLEUM CONTAMINATED MATERIAL HANDLING ...... (OMITTED) DA-38 LOADING, TRANSPORTATION, AND DISPOSAL OF CONTAMINATED on SOIL..................................................................................................(OMITTED) DA-39 ROCK RIPRAP - GROUT - FILTER FABRIC rn A. GENERAL: 1. General Conditions, Supplemental Conditions, applicable requirements of Division 1 - " General Requirements and the North Central Texas Council of Governments (NCTCOG) Standard Specifications, are hereby made a part of this section. .R 2. This item shall govern for the installation of rock riprap of the various sizes shown on the plans. 10/23/08 ASC-20 MW PART DA - ADDITIONAL SPECIAL CONDITIONS "M B. DESIGN CRITERIA: 1. The toe of the riprap revetment shall be entrenched in stable channel bottoms. If the R, channel bottom is not stable, the design shall incorporate other requirements needed to stabilize the revetment toe. 2. The channel side slope shall be as shown on the drawings. 3. Engineering filter fabric material shall be placed underneath the riprap. *W 4. Riprap shall extend up the bank to an elevation where vegetation will provide adequate protection. See cross sections. C. PRODUCT: 1. RIPRAP MATERIAL: Stone for riprap shall be durable and of a suitable quality to ON insure permanence in the structure. It shall be free from cracks, seams and other defects that would tend to increase deterioration. Rock shall be reasonably well graded between the following prescribed limits: no Sieve Size (Square Mesh) Percent Passinq 24" 24 inch 100 ow Riprap 18 inch 80-90 12 inch 45-55 6 inch 0-20 .. Sieve Size (Square Mesh) Percent Passinq •. 18" 18 inch 100 Riprap 12 inch 60-85 6 inch 15-45 me 3 inch 0-15 2. RIPRAP WEIGHT: Weight of rock shall be one hundred fifty five pounds per solid No cubic foot (min.) calculated from the bulk specific gravity (saturated surface dry). 3. FILTER FABRIC BLANKET: " Approved Manufacturer: • Supac - Heavy Grade 8NP (UV) • Trevira 011/280 • Amoco 4553 "" 0 or Equal Heavy Grade 4. RIPRAP GROUTING .. a. FINE AGGREGATE: Fine aggregate for grouting mix shall consist of natural sand, manufactured sand, or a combination of natural and manufactured sands. The grading and uniformity of the fine aggregate shall conform to the following requirements as delivered to the mixers: IW3108 a ASC-21 ww PART DA - ADDITIONAL SPECIAL CONDITIONS Sieve Designation, U.S. Standard Sguare Mesh 3/8 in. (9.5 mm) No. 4 (4.75 mm) No. 8 (2.36 mm) No. 16 (1.18 mm) No. 30 (600 um) No. 50 (300 um) No. 100 (150 um) D. EXECUTION: 1. CONSTRUCTION: Permissible Limits Percent by Weight. Passinq 100 95 - 100 80-95 55 - 75 30 - 60 12-30 2-10 a. The channel side slope and the toe excavation shall be prepared to the required lines and grades. b. Filter fabric and riprap shall be placed in succession to the required thicknesses and elevations. Riprap shall be hand placed around structures to prevent damage to the structures. 2. INSTALLATION OF THE FILTER FABRIC (GEOTEXTILE): The geotextile shall be placed in the manner and at the locations shown on the drawings. At the time of installation, the geotextile shall be rejected if it has defects, rips, holes, flaws, deterioration or damage incurred during manufacture, transportation or storage. The surface to receive the geotextile shall be prepared to a relatively smooth condition free of obstructions, depressions, debris, and soft or low density pockets of material. Erosion features such as rills, gullies, etc. must be graded out of the surface before geotextile placement. The geotextile shall be placed with the long dimension perpendicular to the centerline of the channel and laid smooth and free of tension, stress, folds, wrinkles, or creases. The strips shall be placed to provide a minimum width of 24-inches of overlap for each joint. Temporary pinning of the textile to help hold it in place until the rock riprap is placed. The temporary pins shall be removed as the riprap is placed to relieve high tensile stress which may occur during placement of material on the geotextile. The specified placement procedure requires that the length of the geotextile be greater than the actual slope length. The Contractor shall adjust the actual length of the geotextile used based on initial installation experience. The geotextile shall be protected at all times during construction from contamination by surface runoff and any geotextile so contaminated shall be removed and replaced with uncontaminated geotextile. Any geotextile damaged during its installation or during placement of riprap shall be replaced by the Contractor at no cost to the Owner. The work shall be scheduled so that the covering of the geotextile with a layer of the F specified material is accomplished within seven (7) calendar days after placement of the geotextile. Failure to comply shall require replacement of geotextile. The geotextile shall be protected from damage prior to and during the placement of rock riprap. Before placement of gabion units, the Contractor shall demonstrate that the placement technique will prevent damage to the geotexble. In no case shall any type of equipment be allowed on the unprotected geotextile. 10123108 ASC-22 .. .. ■.. .. .. No ar ,.. r wo am T' PART DA - ADDITIONAL SPECIAL CONDITIONS _w 3. RIPRAP PLACEMENT: Stone for riprap shall be placed on the filter fabric blanket in such a manner as to produce a reasonably well graded mass of rock with the minimum practicable percentage of voids and shall be constructed within the specified tolerance to the lines and grades shown on the drawings. Then intent of these specifications is to require placement of riprap to the thickness shown and to allow isolated stones to extend as much as six inches above grade. Riprap shall be placed to its full course thickness at one operation and in such a manner as to avoid displacing the fabric. The larger stones shall be well distributed and the entire mass of stones in their final position shall conform to the gradation specified hereinbefore. The finished riprap shall be free from objectionable pockets of small stones and clusters of larger stones. *� The desired distribution of the various sizes of stones throughout the mass shall be obtained by selective loading of the material at the quarry or other source, by controlled dumping of successive loads during final placing, or by other methods of .• placement which will produce the specified results. Rearranging of individual stones, by mechanical equipment or by hand will be required to the extent necessary to obtain a reasonably well graded distribution of stone specified above. The Contractor shall maintain the riprap protection until accepted. Any material displaced by any cause shall be replaced at his erosion to the lines and grades shown on the Drawings. 4. GROUT PLACEMENT: Grout shall be composed of cement, water and air -entraining s. admixture and sand mixed in the proportions of 1 part of Portland cement to 3 parts of sand, sufficient water to produce a workable mixture, and that amount of admixture which will entrain sufficient air to produce durable grout, as determined by the "' ENGINEER. Sand for grouting shall conform to the requirements of paragraph: FINE AGGREGATE. The grout shall be mixed in a concrete mixer in the manner specified for concrete except that the time of mixing shall be increased to that necessary to produce a "' mixture having a consistency such as to permit gravity flow into the interstices of the riprap with the help of limited spading and brooming. The grout shall be used in the work within a period of one (1) hour after mixing. Retempering of ground will not be •. permitted. Riprap shall not be grouted when the ambient temperature is below 35 degree F. or above 95 degrees F. unless approved by the ENGINEER in writing; nor when the grout, without special protection, is likely to be subjected to freezing temperatures before final set has occurred. Prior to grouting, all surfaces of riprap shall be wetted. The riprap shall be grouted in successive longitudinal strips, approximately 10 feet in width, commencing at the lowest strip and working up the slope. Grout shall be brought to the place of final deposit by approved means, and in no case will grout be .. permitted to flow on the riprapped surface a distance in excess of 10 feet. Immediately after dumping the batch of grout, it shall be distributed over the surface of the strip by the use of brooms and the grout worked into place between stones with suitable spades, trowels, or vibrating equipment. As a final operation, the grout shall be removed from the top surfaces of the upper stones and from pockets and depressions in the surface of the stone protection. After completion of any strip as specified, no workman or any load +� shall be permitted on the grouted surface for a period of at least 24 hours. The grouted surface shall be protected from rain, flowing water, and mechanical injury. The surface of all grouted riprap shall be cured by keeping the surface continuously wet for a period «� of not less than 7 days. Wo 1023108 am ON ASC-23 idw PART DA - ADDITIONAL SPECIAL CONDITIONS E. MEASUREMENT AND PAYMENT •• 1. FILTER FABRIC: Filter fabric will be measured by the square yard for material used including that required at toes and thickened edges of riprap. Payment for filter fabric will be made at the contract unit price per square yard which includes all plant, labor, material, and all installation costs in -place, complete. 2. STONE RIPRAP: Stone (rock) riprap will be measured by the cubic yard using actual .. plan dimensions. Payment for riprap will be made at the contract unit price per cubic yard which includes all plant, labor, material, and installation costs in -place, complete. 3. GROUT: Grout for rock riprap will be measured by the square yard using actual plan dimensions. Payment for grout will be made at the contract unit price per square yard which includes all plant, labor, material, and installation costs in -place, complete. aw DA-40 CONCRETE RIPRAP............................................................................(OMITTED) DA-41 CONCRETE CYLINDER PIPE AND FITTINGS..........................................(OMITTED) DA-42 CONCRETE PIPE FITTINGS AND SPECIALS..........................................(OMITTED) DA-43 UNCLASSIFIED STREET EXCAVATION .................................................(OMITTED) .. DA-44 6" PERFORATED PIPE SUBDRAIN.......................................................(OMITTED) DA-45 REPLACEMENT OF 4" CONCRETE SIDEWALKS....................................(OMITTED) am DA-46 RECOMMENDED SEQUENCE OF CONSTRUCTION In order to facilitate timely reconstruction of the affected roadway surfaces (subsequent to water/sewer installation) under the City's roadway maintenance program, it is recommended that the proposed water and/or sanitary sewer improvements be conducted on the project streets based upon the following sequence: .. 1. "A" Street 2. "B" Street 3. "C" Street 4. "D" Street 5. "E" Street After the work start date has been established, the selected contractor shall be required to submit the beginning and ending dates for all work (including pavement repair) on each of the project streets. Please be advised that the contractor has the option of submitting a different sequence of construction than stated above. The contractor shall not be allowed to begin work (but time charges will begin on the project) until the preferred sequence of construction and the start and end work dates for each street have been submitted to the City. DA-47 PAVEMENT REPAIR IN PARKING AREA................................................(OMITTED) 10123108 ASC-24 .. rr "' PART DA - ADDITIONAL SPECIAL CONDITIONS *W DA-48 EASEMENTS AND PERMITS Easements and permits, both temporary and permanent, have been secured for this project at wo this time and made a part thereto. Any easements and/or permits, both temporary and permanent, that have not been obtained by the time of publication shall be secured before construction starts. No work is to be done in areas requiring easements and/or permits until the necessary easements are obtained. The Contractor's attention is directed to the easement we description and permit requirements, as contained herein, along with any special conditions that may have been imposed on these easements and permits. .. Where the pipeline crosses privately owned property, the easements and construction areas are shown on the plans. The easements shall be cleaned up after use and restored to their original conditions or better. In the event additional work room or access is required by the .. Contractor, it shall be the Contractor's responsibility to obtain written permission from the property owners involved for the use of additional property required. No additional payment will be allowed for this item. DA-49 HIGHWAY REQUIREMENTS................................................................(OMITTED) DA-50 CONCRETE ENCASEMENT .. Concrete encasement shall be Class E (1500 psi) concrete and for sewer line encasements shall conform to Fig. 113; for water line encasements it shall conform to Fig. 20 of the General Contract so Documents. Requirements for such encasement are specified in Sections E1-20 and E2-20 of the General Contract Documents. at Payment for work such as forming, placing, and finishing including all labor, tools, equipment and material necessary to complete the work shall be included in the linear foot price bid for Concrete Encasement. Now DA-51 CONNECTION TO EXISTING STRUCTURES All connections between proposed and existing facilities, shall consist of a watertight seal. Concrete used in the connection shall be Class A (3000 psi) concrete and meet the requirements of Section E1-20 and E2-20 of the General Contract Documents. Prior to concrete placement, a gasket, RAM-Nek or approved equal shall be installed around penetrating pipe. Payment for such work as connecting to existing facilities including all labor, tools, equipment, and material necessary to complete the work shall be included in the linear foot price of the " appropriate pipe BID ITEM. w DA-52 TURBO METER WITH VAULT AND BYPASS INSTALLATION ....................(OMITTED) DA-53 OPEN FIRE LINE INSTALLATIONS........................................................(OMITTED) 00 DA-54 WATER SAMPLE STATION..................................................................(OMITTED) DA-55 CURB ON CONCRETE PAVEMENT.......................................................(OMITTED) 10123108 AS C-2 5 .. PART DA - ADDITIONAL SPECIAL CONDITIONS ." DA-56 SHOP DRAWINGS 1. Submit seven (7) copies of shop drawings, layouts, manufacturer's data and material schedules as may be required by the Engineer for his review. Submittals may be checked by and stamped with the approval of the Contractor and identified as the Engineer may require. Such review by the Engineer shall include checking for general conformance with the design concept of the project and general compliance with information given in the General Contract Documents. Indicated actions by the Engineer, which may result from his review, shall not constitute concurrence with any deviation from the plans and specifications unless such deviations are specifically identified by the method described below, and further shall not relieve the Contractor of responsibility for errors or omissions in the submitted data. Processed shop drawing submittals " are not change orders. The purpose of submittals by the Contractor is to demonstrate that the Contractor understands the design concept, and that he demonstrates his understanding by indicating which equipment and materials he intends to furnish and install, and by detailing the fabrication and installation methods he intends to use. If deviations, discrepancies or conflicts between submittals and the design drawings and/or specifications are discovered, either prior to or after submittals are processed, the design drawings and specifications shall govern. The •• Contractor shall be responsible for dimensions which are to be confirmed and correlated at the job site, fabrication processes and techniques of constriction, coordination of his work with that of other trades and satisfactory performance his work. The Contractor shall check and verify all ,r measurements and review submittals prior to being submitted, and sign or initial a statement included with the submittal, which signifies compliance with plans and specifications and dimensions suitable for the application. Any deviation from the specified criteria shall be expressly stated in writing in the submittal. Three (3) copies of the approved submittals shall be retained by the Contractor until completion of the project and presented to the City in bound form. 2. Shop drawings shall be submitted for the following items prior to installation: List the required submittals here Additional shop drawing requirements are described in some of the material specifications. 3. Address for Submittals - The submittals shall be addressed to the Project Manager: r• (Project Manager) City of Fort Worth 1000 Throckmorton Fort Worth, TX 76102 DA-57 COST BREAKDOWN s 0o In order to establish a basis upon which partial payments to the Contractor may be authorized, immediately after execution of the contract the Contractor shall furnish a detailed cost breakdown " of his contract price arranged and itemized to meet the approval of the Engineer. DA-58 STANDARD STREET SPECIFICATIONS H.M.A.C. OVERLAY .....................(OMITTED) DA-59 H.M.A.C. MORE THAN 9 INCHES DEEP .................................................(OMITTED) ow 10/23/08 ASC-26 we VW PART DA - ADDITIONAL SPECIAL CONDITIONS ,w DA-60 ASPHALT DRIVEWAY REPAIR of At locations where H.M.A.C. driveways are encountered, such driveways shall be completely replaced for the full extent of utility cut with H.M.A.C. equal to or better than the existing driveway. DA-61 TOP SOIL Where directed by the Engineer, top soil shall be applied in accordance with the City of Fort Worth Transportation and Public Works Department's Standard Specifications for Street and Storm Drain Construction, Item 116, except as follows: All labor, equipment, tools and incidentals shall be included in the square yard bid price for the top soil. DA-62 WATER METER AND METER BOX RELOCATION AND ADJUSTMENT ....... (OMITTED) DA-63 BID QUANTITIES................................................................................(OMITTED) .. DA-64 WORK IN HIGHWAY RIGHT OF WAY ....................................................(OMITTED) .r DA-65 CRUSHED LIMESTONE (FLEX -BASE) ......:............................................ (OMITTED) DA-66 OPTION TO RENEW...........................................................................(OMITTED) w DA-67 NON-EXCLUSIVE CONTRACT.............................................................(OMITTED) r DA-68 CONCRETE VALLEY GUTTER............................................................(OMITTED) DA-69 TRAFFIC BUTTONS...........................................................................(OMITTED) DA-70 PAVEMENT STRIPING........................................................................(OMITTED) DA-71 H.M.A.C. TESTING PROCEDURES........................................................(OMITTED) .. DA-72 SPECIFICATION REFERENCES When reference is made in these specifications to a particular ASTM, AWWA, ANSI or other w specification, it shall be understood that the latest revision of such specification, prior to the date of these general specifications or revisions thereof, shall apply. DA-73 RELOCATION OF SPRINKLER SYSTEM BACK -FLOW PREVENTER/CONTROL " VALVE AND BOX .......................................... (OMITTED) ..................................... go DA-74 RESILIENT -SEATED GATE VALVES .....................................................(OMITTED) DA-75 EMERGENCY SITUATION, JOB MOVE-IN..............................................(OMITTED) .■ DA-76 1 %" & 2" COPPER SERVICES..............................................................(OMITTED) DA-77 SCOPE OF WORK (UTIL. CUT).............................................................(OMITTED) so DA-78 CONTRACTOR'S RESPONSIBILTY (UTIL. CUT)......................................(OMITTED) 1W3/08 ASC-27 .w PART DA - ADDITIONAL SPECIAL CONDITIONS No w. DA-79 CONTRACT TIME (UTIL. CUT)..............................................................(OMITTED) DA-80 REQUIRED CREW PERSONNEL & EQUIPMENT (UTIL. CUT)....................(OMITTED) DA-81 TIME ALLOWED FOR UTILITY CUTS (UTIL. CUT)....................................(OMITTED) DA-82 LIQUIDATED DAMAGES (UTIL. CUT) .....................................................(OMITTED) DA-83 PAVING REPAIR EDGES (UTIL. CUT)....................................................(OMITTED) DA-84 TRENCH BACKFILL (UTIL. CUT)...........................................................(OMITTED) DA-85 CLEAN-UP (UTIL. CUT)........................................................................(OMITTED) +. DA-86 PROPERTY ACCESS (UTIL. CUT).........................................................(OMITTED) um DA-87 SUBMISSION OF BIDS (UTIL. CUT).......................................................(OMITTED) DA-88 STANDARD BASE REPAIR FOR UNIT I (UTIL. CUT)..............:..................(OMITTED) DA-89 CONCRETE BASE REPAIR FOR UNIT 11 & UNIT III (UTIL. CUT).................(OMITTED) DA-90 2" TO 9" H.M.A.C. PAVEMENT (UTIL. CUT) ...................... (OMITTED) ...................... DA-91 ADJUST WATER VALVE BOXES, MANHOLES, AND VAULTS (UTIL. CUT)..(OMITTED) DA-92 MAINTENANCE BOND (UTIL. CUT) ............... ....(OMITTED) .................................... No DA-93 BRICK PAVEMENT (UTIL. CUT)............................................................(OMITTED) DA-94 LIME STABILIZED SUBGRADE (UTIL. CUT)...........................................(OMITTED) ow DA-95 CEMENT STABILIZED SUBGRADE (UTIL. CUT)......................................(OMITTED) Ift DA-96 REPAIR OF STORM DRAIN\ STRUCTURES (UTIL. CUT)..........................(OMITTED) DA-97 "QUICK -SET" CONCRETE (UTIL. CUT)..................................................(OMITTED) r DA-98 UTILITY ADJUSTMENT (UTIL. CUT) ...................................................... (OMITTED) DA-99 STANDARD CONCRETE SIDEWALK AND WHEELCHAIR RAMPS (UTIL. CUT) No ..................................................................................................................(OMITTED) DA-100 LIMITS OF CONCRETE PAVEMENT REPAIR (UTIL. CUT)....................(OMITTED) r DA-101 CONCRETE CURB AND GUTTER (UTIL. CUT)...................................(OMITTED) DA-102 PAYMENT (UTIL. CUT)...................................................................(OMITTED) 10123108 AS C-28 r on PART DA - ADDITIONAL SPECIAL CONDITIONS DA-103 DEHOLES (MISC. EXT.) The Contractor excavates for existing water and/or sanitary sewer main as detailed by work order together with a sketch. The location and dimensions shown on the plans relative to other existing utilities are based on the best information available. Omission from, or the inclusion of utility locations on the Plans is not to be considered as the nonexistence of, or a definite location of, existing underground utilities. It shall be the Contractor's responsibility to verify locations of adjacent and/or conflicting utilities sufficiently in advance of construction in order that he may negotiate such local adjustments as necessary in the dehole process to provide adequate *�+ clearances. The Contractor shall take all necessary precautions in order to protect all services encountered. Any damage to utilities resulting from the Contractor's operations, shall be restored at his expense. Payment for work such as backfill and all other associated appurtenants required, shall be included in the price of the appropriate bid item. DA-104 CONSTRUCTION LIMITATIONS (MISC. EXT.)....................................(OMITTED) DA-105 PRESSURE CLEANING AND TESTING (MISC. EXT.) ..........................(OMITTED) DA-106 BID QUANTITIES (MISC. EXT.)........................................................(OMITTED) DA-107 LIFE OF CONTRACT (MISC. EXT.)...................................................(OMITTED) �+ DA-108 FLOWABLE FILL (MISC. EXT.) Im 1. Description: The flowable fill material shall be delivered to the site, free flowing and self -leveling and shall have a consistency enabling it to fill all voids without tamping, vibrating or compacting. .. The flowable fill material shall have an in place density of not less than 95 and not more than 115 lbs./cu. ft., with a maximum twenty-eight (28) day compression strength of not less than 60 and aw not more than 85 PSI allowing the material to be removed with hand tools such as picks and shovels. The height of free fall: of the flowable fill shall not exceed four (4) feet. sw 2. Material Specifications: Flowable fill shall consist of: a. An appropriate amount of Portland Cement meeting ASTM C-150 (with other additives as necessary). b. Aggregates meeting ASTM C-33 ., c. Sand or fine aggregates as per City of Ft. Drain Construction Item 406 d. Flyash, Class C or F, meeting ASTM C-61 E e. Admixtures Worth Standard Specifications for Street and Storm 1. Mineral admixtures will be pozzolanic 10123108 AS C-2 9 PART DA - ADDITIONAL SPECIAL CONDITIONS 2. Chemical admixtures shall be in liquid or powder form used in standard ready -mix 00 concrete products unless specifically designed for flowable fill. Permissible types of admixtures are: a. High air generators, as manufactured by Grace Construction Products •• or approved equal, which are specifically designed for flowable fill to lower unit weights, reduce shrinkage and subsidence, and control compressive strength. b. Air entraining admixtures conforming to ASTM C-260. c. High range water reducers conforming to ASTM C-494 Type F or G. d. Accelerating admixtures conforming to ASTM C-494, Type C. 1. Non -chloride, non -corrosive accelerators used where metals are present in concrete or embedded members. 2. Calcium chloride DA-109 BRICK PAVEMENT REPAIR (MISC. REPL.).......................................(OMITTED) DA-110 DETERMINATION AND INITIATION OF WORK (MISC. REPL.)..............(OMITTED) .. DA-111 WORK ORDER COMPLETION TIME (MISC. REPL.)............................(OMITTED) am DA-112 MOVE IN CHARGES (MISC. REPL.).................................................(OMITTED) DA-113 PROJECT SIGNS (MISC. REPL.).....................................................(OMITTED) am DA-114 LIQUIDATED DAMAGES (MISC. REPL.)...........................................(OMITTED) DA-115 TRENCH SAFETY SYSTEM DESIGN (MISC. REPL) .. Because of the unique nature of this contract, the number of trench safety system designs required is not known at the time bids are received. While the contractor is still bound by the latest version of the U.S. Department of Labor, Occupational Safety and Health Administration Standards, 29 CFR Part 1926, Subpart P-Excavations as detailed in D-26 Trench Safety System, it is the City's intention that all costs incurred by the Contractor in acquiring trench safety designs be included in the unit price bid for Job Move in. DA-116 FIELD OFFICE...............................................................................(OMITTED) .. DA-117 TRAFFIC CONTROL PLAN am Traffic control shall be in accordance with item D-8 of the Special Conditions with the exception of the Contractor providing the traffic control plan. A traffic control plan has been prepared and is included in the project plans. All other requirements of D-8 shall apply. aw DA-118 COORDINATION OF WORK WITH CONTRACTOR FOR OTHER UNITS ..................................................................................................................(OMITTED) No DA —119 CATHODIC PROTECTION SYSTEM.............................................(OMITTED) 10123108 ASC-30 .. .. SECTION E SPECIFICATIONS JANUARY 1, 1978 WATER DEPARTMENT 2W All materials, construction methods and procedures used in this project shall conform to Sections El, E2, and E2A of the Fort Worth Water Department General Contract Documents and no General Specifications, together with any additional material specification(s), construction(s) or later revision(s). (See revisions listed on this sheet). Sections El, E2 and E2A of the Fort Worth Water Department General Contract Documents and General Specifications are hereby made No a part of this contract document by reference for all purposes, the same as if copies verbatim herein, and such Sections are filed and kept in the office of the City Secretary of the City of Fort Worth as an official record of the City of Fort Worth. ow INDEX M El MATERIAL SPECIFICATIONS E2 CONSTRUCTION SPECIFICATIONS E2A GENERAL DESIGN DETAILS Revisions as of April 20, 1981, follow: E1-2.4 Backfill: (Correct minimum compaction requirement to 95% Procter density and correct P.I. values as follows:) r C. Additional backfill requirements when approved for use in streets: 1. Type B Backfill - r (c) Maximum plastic index (PI) shall be 8 2. Type C Backfill (a) Material meeting requirements and having a PI of 8 or less shall be .. considered as suitable for compaction by wetting (b) Material, meeting requirement and having a PI of 9 or more shall be considered for use only with mechanical compaction E2-2.11Trench Backfill: (Correct minimum compaction requirement wherever it appears, in this section to 95% Procter density except for paragraph a.l. where the "95% modified Procter density" shall remain unchanged). CJ 1W ow SECTION El 00 — MATERIAL SPECIFICATIONS MATERIAL STANDARD E 100-4 JANUARY 1, 1978 (ADDED 5/13/90) E100-4 WATERTIGHT MANHOLE INSERTS. E100-4.1 GENERAL: This standard covers the furnishing and installation of watertight gasketed manhole inserts in the. Fort Worth sanitary sewer collection system. E100-4.2 MATERIALS AND DESIGN: a. The manhole insert shall be of corrosion -proof high density polyethelene that meets or exceeds the requirements of ASTM D1248, Category 5, Type III. _ b . The minimum thickness of the manhole insert shall be 1/8". C. The manhole insert shall have a gasket that provides positive seal in wet or dry conditions. The gasket shall be made of closed cell neoprene rubber and meet the requirement of ASTM D 1056, or equal. d. The manhole insert shall have a strap for removing the insert. The strap shall be made of minimum 1 wide woven polypropalene or nylon webbing, with the ends treated to prevent unravelling. Stainless steel hardware shall be used to securely attach strap to the insert. e . The manhole insert shall have one or more vent holes or valves to release gasses and r allow water inflow at a rate no greater than 10 gallons per 24 hours. E 100-4.3 INSTALLATION: �. a. The manhole frame shall be cleaned of all dirt and debris before placing the manhole insert on the rim. b. The manhole insert shall be fully seated around the manhole frame rim to retard water from seeping between the cover and the manhole frame rim. r so E100 (1) .. aw Classifications Hrly Rts Classifications Hrly Rts IAir Tool Operator $10.06 Scraper Operator $11.42 (Asphalt Raker $13.99 Servicer $12.32 I Asphalt Shoveler $8.80 I Slip Form Machine Operator $12.33 Asphalt Distributor Operator $13.99 (Spreader Box Operator $10.92 Asphalt Paving Machine Operator $12.78 (Tractor operator, Crawler Type $12.60 Batching Plant Weigher $14.15 (Tractor operator, Pneumatic $12.91 Broom or Sweeper Operator $9.88 I (Traveling Mixer Operator $12.03 Bulldozer operator $13.22 I Truck Driver- Single Axle (Light) $10.91 w (Carpenter (Rough) $12.80 Truck Driver- Single Axle (Heavy) $11.47 Concrete Finisher- Paving $12.85 I Truck Driver- Tandem Axle Semi -Trailer $11.75 (Concrete Finisher -Structures $13.27 Truck Driver- Lowboy/Float $14.93 (Concrete Paving Curbing Mach. Oper. $12.00 Truck Driver- Transit Mix $12.08 (Concrete Paving Finishing Mach. Oper $13.63 Wagon Drill, Boring Machine, Post Hole Driller $14.00 (Concrete Paving Joint Sealer Oper $12.50 Welder $13.57 aw �oncrete Paving Saw Oper. $13,56 Work Zone Barricade Servicer $10.09 oncrete Paving Spreader Oper, $14.50 (Concrete Rubber $10.61 .w (Crane, Clamshell, Backhoe, Derrick, Dragline, Shovel $14.12 I Electrician $18.12 Flagger $8.43 Form Builder- Structures $11.63 Form Setter- Paving & Curbs $11.83 a (Foundation Drill Operator, Crawler Mounted $13.67 (Foundation Drill Operator, Truck Mounted $16.30 (Front End Loader $12.62 sw I Laborer- Common $9.18 Laborer- Utility $10.65 I Mechanic $16.97 Milling Machine Operator, Fine Grade $11.83 Mixer Operator $11.58 Motor Grader Operator (Fine Grade) $15.20 Motor Grader Operator, Rough Oiler $14.50 (Painter, Structures $13.17 �.. I Pavement Marking Machine Oper. $10.04 Pipe Layer $11.04 (Roller, Steel Wheel Plant- Mix Pavements $11.28 (Roller, Steel Wheel Other Flatwheel or Tamping $10.92 (Roller, Pneumatic, Self -Propelled Scraper $11.07 (Reinforcing Steel Setter (Paving) $14.86 (Reinforcing Steel Setter (Structure) $16.29 .e [� .. Compliance with and Enforcement of Prevailing Wage Laws (a) Duty to pay Prevailing Wage Rates. The contractor shall comply with all requirements of Chapter 2258, Texas Government Code (Chapter 2258), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these contract documents. ow (b) Penalty for Violation. A contractor or any subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for ow each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs, .o pursuant to Texas Government Code 2258.023. (c) Complaints of Violations and City Determination of Good Cause. On receipt of .w information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a contractor or subcontractor, the City shall make an initial determination, before the 31S` day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the contractor or subcontractor and any affected worker of its initial determination. Upon the City's determination that there is good cause to believe the contractor or subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and _ wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. (d) Arbitration Reauired if Violation Not Resolved. An issue relating to an alleged M' violation of Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq., Revised Statutes) if the contractor or subcontractor and any affected worker do not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to paragraph (c) above. If the persons required to arbitrate under this section do not agree on an arbitrator before the 11 th day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a party in the arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. .. no ow nr r r (e) Records to be Maintained. The contractor and each subcontractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the contractor in the construction of the work provided for in this contract; and (ii) the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City. The provisions of the Audit section of these contract documents shall pertain to this inspection. (f) Pay Estimates. With each partial payment estimate or payroll period, whichever is less, the contractor shall submit an affidavit stating that the contractor has r complied with the requirements of Chapter 2258, Texas Government Code. (g) Posting of Waae Rates. The contractor shall post the prevailing wage rates in a .w conspicuous place at the site of the project at all times. (h) Subcontractor Compliance. The contractor shall include in its subcontracts and/or shall otherwise require all of its subcontractors to comply with paragraphs (a) through (g) above. VW aw .. 1-9 mw MANHOLE FRAME, COVE GRADE RINGS AND CONCRETE COLLAR PER SAN-009 WITH "SEWER" CAST IN LID. No mw o x - I < n 2 COATS OF BITUMASTIC COATING no m mw REFER TO AN-009 APPLY INTERIOR CORRO 31ON PROTENTION AS REOUIFE:D. DTH CONC. CRADLE TRENCH WID TH TO EXTEND TO PIPE BELL 41m m- 0-RING GASKETS ASTM C-76, CLASS III @ JOINTS (TYP.) RCP PRECAST MANHOLE JOINTS RECOATED SECTIONS OR EQUAL. VARIES WITH AFTER SECTIONS PUT TOGETHER (REF. E2-14) PIPE DIA. A A GROUT ....... ......... .... 't . ... • A 1 1V USE 4000 PSI CONCRETE-J E1-14 MATERIAL E2-14 CONSTRUCTION 4' DIA. FOR SEWER PIPE UP TO 21 " DIA. 5' DIA. FOR SEWER PIPE 24" TO 36" DIA. SECTION A -A z (D � IT CITY OF FORT WORTH, TEXAS STANDARD 4'DIAMETER MANHOLE + SECTION B-B DATE: FEB. 2009 SAN-003 no NOTES: A. STANDARD PIPE FITTINGS SHALL BE USED TO FORM INVERTS OF JUNCTION MANHOLES WHEN POSSIBLE, WITH INSTALLATION AS FOLLOWS; .. 1. PIPE FITTING. 2. POUR MANHOLE FLOOR TO SPRING LINE OF FITTING. 3. BREAK OUT TOP OF FITTING TO SPRING LINE. 4. POUR REMAINDER OF MANHOLE INVERT TO PROVIDE VERTICAL INVERT WALL UP TO 3/4 POINT OF THE LARGER PIPE INVOLVED, AS DETAILED. 5. STEEL TROWEL FINISH INVERT OF MANHOLE. B. WHEN SPECIAL SITUATIONS •PROHIBIT USE OF STANDARD PIPE FITTINGS AS ABOVE OUTLINED, THE INVERT SHALL BE FORMED OF CONCRETE AND STEEL TROWEL FINISHED TO PROVIDE SIMILAR FUNCTIONAL CHARACTERISTICS TO THOSE AFFORDED BY THE ABOVE INSTALLATION. INVERTS THUS FORMED SHALL BE CONSTRUCTED TO THE ENGINEER'S SATISFACTION. r •.. r PLAN VIEW CONCRETE SLABOD - �'' r i ":.. i '• `'+'• • : .; : •, >':; ��j: r .: ,ice �%,..,'•.: �.; .:• .:._ �:. .• '••.: .. ... .. Et-14 MATERIAL E2-14 CONSTRUCTION &qw SECTION A -A O WHEN PIPE SIZES DIFFER, MATCH THE PIPE CROWNS. CITY OF FORT WORTH, TEXAS DATE: FEB. 2009 JUNCTION MANHOLE BOTTOM SAN-006 -I 11-1 I I -I I I1-11LEI 1 LA 11 I I I -I 11-1 11=i 11=1 I -I 11--I I I -I I I-1 I I-11 I I I 1- =f 11=1 I I-1 I I -I 11=1 11=1 I I -I 11-1 11=1 11=1 11=1 11=1 11_I .I 1=1 11_1 11=1 11=7 w VARIABLE DIAMETER BORE TO BE LARGE ENOUGH o TO PERMIT DESIGN TYPE PIPE TO BE PULLED OR m w JACKED THROUGH. C J � m Q Q - � p Q -I 11=1 11=1 I I -I 11=1 I I -I I LEI 11-I I I5 11-1 I I-1 I I-1 I I-1 I I -I I LEI 11-1 I I-1 I =1 11-1 I I-i 11=1 I I=i 11=111=1 11=III-III-I 11-III-I 1 I -III -I 11=1 I I-III=111- -- TYPICAL BORED SECTION LONGITUDINAL VIEW ' PRESSURE GROUT AS NEEDED Ir-1=1 11=1 11=1 11-I I — — — -_� 1.11 21-lhuiwl a o m w a w e.r ~ W W w ~ W Q Q Q Q I —I I —I I -I i I -I t I -III -I i I -I f f=f I I I 1=1 i 1=1 11=1 I 11=1 11=1 I Ed IT-1 I I Li I II, ,, I I I-1 I r= I I-1 11-1 11-1 I I -1 11=1 11=1 11=1 I I-1 I I_I I I -III -III= TYPICAL BORE WITH PIPC INSTALLM LONGITUDINAL VIEW PRESSURE GROUT AROUND CASING CASING SPACERS �! I i- AND CARRIER PIPE. GROUT SHALL BE PROPORTIONED AS 1 CU. FT. (REFER TO STD. !I ur PRODUCT LIST)_I — T�WITH ONE SAND SUFFICIENT WATER I III`_ — ADDED TO PROVIDE A FREE —11 FLOWING THICK SLURRY.�. PERIMETER OF THE BORE _ III .r I DIP CARRIER PIPE .r .. TYPICAL END VIEW NOTE: 1. COMPRESSION TYPE JOINTS TO BE USED IF POSSIBLE. "' 2. IF COMPRESSION TYPE JOINT IS NOT AVAILABLE, M.J. TYPE SHALL BE USED AND JOINTS BOLTED BEFORE PULLING PIPE INTO PLACE. E1-15 MATERIAL Llr- E2-15 CONSTRUCTION ,.. &!�p CASING PIPE SEWER LINES SHALL BE SECURED BY CASING SPACERS AS MANUFACTURED BY CASCADE WATERWORKS MANUFACTURING CO., ADVANCE PRODUCTS & SYSTEMS, OR APPROVED EQUAL. CITY OF FORT WORTH, TEXAS BORED CROSSING DETAIL DATE: FEB. 2009 SAN-008 "w �mo F-A lw r r r r dw r sw COLLAR CONFIGURATION FOR PAVED AREA s I a- 4'-8" COLLAR CONFIGURATION FOR UNPAVED AREA MANHOLE FRAME AND — _ 32" DIA. COVER EQUAL,; :.�.:,•;. :.:?. t .: •: �. TO McKINLEY IRON -� • r+ WORKS No. A32M W/ •- ,' - ra +• -`-''- .: 3" TYP. PICK BARS. (REFER TO +• - =`}'= ,:'•':::•: '} �— STD. PRODUCT LIST)4000 PSI 'i ::r _ •ti'� CONCRETE \ �" 8-#4 REBARS TYP. 2" x 8" x .30" I.D.- CONCRETE PRECAST GRADE RINGS PER ASTM C478. A 32" MIN. _ -Y4" CHAMFER (TYP.) "R= z GROUND 30" CLEAR OPENING O - CONCRETE COLLAR RAM-NEK y.= •i HEIGHT VARIES SECTin J 9-A .. 1O REBAR SHALL BE PLACED 3" MIN. FROM TOP AND BOTTOM OF .� CONCRETE COLLAR. 2O WHERE MANHOLES ARE IN THE STREET, INSTALL E1-14, E1-20, E1-21 MATERIAL 2 MORE GRADE RINGS r E2-14, E2-20, E2-21 CONSTRUCTION BETWEEN CASTING AND TOP OF PAVEMENT. CITY OF FORT WORTH, TEXAS ►�W MANHOLE FRAME, COVER, GRADE RINGS AND CONCRETE COLLAR O3 32" HINGED LIDS ARE REQUIRED FOR SEWER PIPES 24" OR LARGER AND RAISED MANHOLE STRUCTURES. (REFER TO STD. PRODUCTS LIST). ® HINGED LIDS INSTALLED IN STREETS SHALL OPEN AGAINST THE FLOW OF TRAFFIC. DATE: FEB. 2009 SAN-009 M 4-#3 DOWELS SPACED EVENLY n I.� SECTION B-B .. A �--� PLAN VIEW / 1 / / DROP TROUGH WALL BE / POURED MONOLITHICALLY 1 j WITH CAST IN PLACE BENCH, OR DOWELED AND GROUTED 10"R / TO PRECAST BENCH. D. / 1O"R / +. 12" MIN.04 #3 DOWEL / -.<�'.'. •~- t -' j - SECTION A -A i�RT WORT CITY OF FORT WORTH, TEXAS DATE: FEB. 2009 HYDRAULIC SLIDE SAN-010 I 1 1 1 1 1 1 1 1 I I 1 E 1 1 1 1 1 1 CLEANOUT NOTES PROPERTY LINE 1, THE SWEEP TEE AND PIPE FITTINGS **CITY OF FORT WORTH INSTALLED SHALL BE SDR-35 OR STANDARD CLEANOUT w/ 4" CONCRETE CAST IRON CAP SDR-26 PVC MATERIAL. 6" �/J3 BARS COLLAR _ 12" COLD JOINT REQUIRED 2. CONNECTIONS TO THE EXISTING SERVICE SHALL BE MADE USING RUBBER SLEEVE STANDARD PARKWAY Y4"/FT, COUPLINGS WITH STAINLESS STEEL 4" 'III �• :• —III—III—III—III—III DOUBLE BAND REPAIR SLEEVES. THE 14" syJ•l ',� 7; t:� e.,. ` •f" •"�' ' "' I I I_I IIII I I I 1=_III—_' I ::,, SLEEVES SHALL BE TIGHTENED TO THE ��<•;^;,'•,� + TORQUE RECOMMENDED BY THE 7» .: ?*{ • "` `''-:�w �` EXIST. OR PROP. 4' SIDEWALK I —III„ :".`a . •i,' MANUFACTURER. ^_ FOR NEW rY•� ,I-; y�ttJj-''+..t:`:'v , ; :. I '' "• `v " DOUBLE BAND STAINLESS 3. SLOPE OF THE SANITARY SEWER SERVICE DEVELOPMENT CAP RISER 2' - ~ ''"•"`4� STEEL COUPLING SHALL BE A MINIMUM OF 2 PERCENT, BELOW GRADE.' ` `'" CONCRETE COLLAR (CAST IRON) ;de'e,'=:� F;' `Y`y.,"{• BACKFILL CLEANOUT STACK WITH 4, PIPE AND FITTINGS SHALL BE SDR-35 + NATIVE TOPSOIL COMPACTED TO OR SDR-26 PVC WHEN NOT IN HIGH (PLAN VIEW) ,:4; �4' j}fir•;.;;•. 95% STANDARD PROCTOR DENSITY TRAFFIC AREAS. 4" STACK (IRON OR PVC) 5. CONCRETE USED AROUND CLEANOUT •' • ' ASSEMBLY SHALL BE 5 SACK, 3,000 PSI CONCRETE ' •• !+ " "' '' TWO WAY SWEEP TEE MIX. .• ANCHOR �• CLEANOUT TEE �� " h t EXISTING OR PROPOSED •' SEWER 5 R\Ar.E I SOSE RE22LOPAIIS.z SERVICE,I FERNCO FLEXIBLE 1� ` MIN. » COUPLING REQUIRED ".` `'� IF EXISTING SERVICE 1' MIN. 6" IS PRESENT, o OTHERWISE PLUG. I MIN. SEWER MAIN PAID FOR AS CLEANOUT �I • •CAST IRON DRIVEWAY Bp��UCT INFORM^TnA' ASTIRON CLEANOUT - Y A- 1�. PROPERTY LINE _ _ _ _ PROPERTY_LINE '• From Stanley Roberts & Assoc., Information Subject To Change. - T DESCRIPTION WEIGHT PART NO. Cast Iron Lateral Cleanout 18 Ibs ATL-424 SIDEWALK SIDEWALK W/ SS Bolts and Coupling 17 CAST IRON -� 1 CURB CURB CLEANOUT SS BOLTS. � DRIVEWAY APPROACH \ STREET STREET j u 1 0 RING AST IRON CLEANOUT BOOT I S• I CITY OF FORT WORTH, TEXAS DATE: FEB. 2009 ORT WORT ,� TWO WAY SERVICE CLEANOUT SAN-011 TUNNEL LINER (AS INDICATED IN SPECIAL PLANS & DOCUMENTS) I-III-III-1 I I -III -III i t-I 1 1-I 1 I -III -I 1I- ci =1— W S Q 00. I J af a W J _aJ Q I c� zw w < cn z I I- I I CUT AWAY LONGITUDINAL SECTION NOTE: FURNISH & INSTALL GROUT IN HA IIU OF 1 CUBIC FOOT OF CEMENT AND 3.5 CUBIC FEET OF CLEAN FINE SAND WITH SUFFICIENT WATER ADDED TO PROVIDE A FREE FLOWING THICK SLURRY. E1-15 MATERIAL E2-15 CONSTRUCTION ORT WORT I ANNULAR SPACE GROUTED NNEL LINER FILL BETWEEN LINER AND SEWER PIPE WITH GROUT SEWER PIPE k INSTALL SKIDS AS NECESSARY. SKIDS SHALL MEET THE APPROVAL OF THE ENGINEER. CITY OF FORT WORTH, TEXAS TYPICAL TUNNEL SECTION DATE: FEB. 2009 SAN-018 i wn ar mp m a no am 2' - I 1 200' MIN. SPACING PER COMPACTED BENTONITE 3 CITY OF FORT WORTH CLAY OR 2:27 CONCRETE. f TREE ORDINANCE. — PIPE EXISTING GROUND 4' OR TO BOTTOM OF PAVEMENT BASE OR TOP SOIL - i MINIMUM TRENCH WIDTH - PIPE PIPE DIA. + 1' DIA. TRENCH WIDTH j TYPICAL SECTION & Cm CITY OF FORT WORTH, TEXAS CLAY DAM UNDISTURBED SOIL DATE: FEB. 2009 SAN-019 ... Q I TYPE "C" BACKFILL SEE -SPEC. E1-2.4 MINIMUM 6" INITIAL ,-.''„ ! t "�-�: G.C.D. ..� BACKFILL COVER «` SAND MATERIAL EMBEDMENT _ �' -I I I <:r , Y = I �_ & INITIAL BACKFILL SEE SPEC. E1-2.3 G.C.D. —III �� �'tiar •.x.: �''` I I -I MINIMUM 6" EMBEDMENT mo=� -I I II—I —� WATER: SIZES UP TO AND INCLUDING 12" .. MINIMUM 6" INITI/ p11 BACKFILL COVER: WATER - 6" SAN. SEWER - 1 MINIMUM ( EMBEDMEI` m SAND GRADATION • LESS THAN 10% PASSING #200 SIEVE • P.I. = 10 OR LESS w CRUSHED STONE GRADATION .. SIEVE SIZE RETAINED 1" 0-10 V, 40=75 %" 55-90 #4 90-100 #8 95-100 WATER: SIZES 16" AND LARGER SANITARY SEWER: ALL SIZES PE "C" BACKFILL E SPEC. E1-2.4 1D. ;USHED STONE OR SAND �TERIAL INITIAL BACKFILL E SPEC. E1-2.4(b) OR -2.3 G.C.D. ;USHED STONE E SPEC. E1-2.3 11). NOTE: SPECIFICATION REFERENCES ARE FOR WATER AND SANITARY SEWER ONLY. MATERIAL SPECIFICATIONS THE EMBEDMENT AND BACKFILL DETAILS PROVIDED ON THIS SHEET SHALL REPLACE APPROPRIATE PROVISIONS OF E1-2.4(b) AND E1-2.3 OF THE GENERAL CONTRACT DOCUMENTS AND SPECIFICATIONS FOR WATER DEPARTMENT PROJECTS (G.C.D.) ALL OTHER PROVISIONS OF THESE ITEMS SHALL APPLY. ORT WORT CITY OF FORT WORTH, TEXAS DATE: FEB. 2009 WATER AND SANITARY SEWER EMBEDMENT AND BACKFILL DETAILS WTR-029 I 1 1 1 1 1 l 1 l 1 i i 1 1 1 I 1 I I 4'-0" 7" 2'-10" 7" 2.25�- ORTWO RT H M i 2.25' // 3"R (TYP.) L PROJECT NAME �2" PROGRAM NAME/PROJECT #/AMOUNT L This project is managed by Z `i Dept. N Questions on this project, W call: (817) 392-8306 After hours water and sewer emergencies, call: (817) 392-4477 2.5' 1 3" ` 1 3'-6" 1 1` 1 ./ Z4 �1 1 �-�- WHITE L PMS 288 (BLUE) FONTS: FORT WORTH LOGO - CHELTENHAM BOLD ALL OTHER TEXT - ARIAL LQGO COLORS: FORT WORTH - PMS 288 (BLUE) _ LONGHORN LOGO -PMS 725 (BROWN) �RT�ORT E2-11 CONSTRUCTION CITY OF FORT WORTH, TEXAS PROJECT SIGN - 4'x4' 1N DATE: FEB. 2009 WTR-035 EXISTING _ TRENCH REPAIR LIMITS _ CURB & EXISTING HMAC NEW HMAC GUTTER IT •r: PAVEMENT (SEE NOTE 1) -I I— I I -•' i,+ .ii r' ::�j , :i... .+n �+v ;z., . •n�1:".'*.tea: ^.. '��i �. •:�.N',..44 �i�: .'+s. 9. . a. J w / / r' �f ai �'• r:� � •� 111—I � �- 1 � .:r t � • . �'�!y. �i";.+1`,n .cfe!...3�.� ,$- a 1+.. :.a• a g.. �. _ I I-1 ."..: t: •.t' .+'` R.'..::" y 7•: `t,'." i`o�.�i.:..•�, ,K_.. wo''..L'i'• .:?ra:..•^.. .,,ra,.....:•r: «•�'+..•�•:0}�:'3 {i�. •a; !• i.r:' :ti .•.O.• �a, t.. ..Y`.p. :.)iv' :.`�',�a:+. ��Iy .��{ : }. •.L •'` �1.• �:.�. .•i-n.. -e.i.}. • Y/�/� /gyp 7�+uf:.. tj•:,f:. 'ti4: .•Air r.n+►: f t.'•'f" • •v +f I_I- f+ •y ;rf• S..i�.V•JC''•" , �•Sp wAei .k r _?:5�.'�i.7!.a•5-..a•2�;•A\'i?/N'41.�[...I G.�r...•+::'AID. t0?w ,'�'y,. '•fi .'�1;. ,. '• a ,.A .....• I..» �� I 1 _•h� I =-t I I I•i-1 I I-1 �. �, �:4v , t♦ — —_ — .. �'�'.. t.. ..1D. r ..? •��+`.:� _. ,~� 1 Tr S.. '''jjy�```j��I'''+j��� I ,r� I 1 "co I I I I i I I I I I I I 1 1 I I I I I I I Pi'1iTI i 1-1 I I I I 1 E I !.!., , I I i i AL(j :• `: i�}M+: 'y ++r r..• .�y y-,; I�r�!:.�_.L ! �-; ! -T! !� l-1 I_-_�I LIE, -� I -I I (I. —I 1 I I. I� L .7 I •L1a W `Fi°l 4yr1 .�1 t3�.• iV a w��1 III �I I 1 •I �—III—� I—� I I_ 4' f' lrM - ! IIr PRIME COAT EXISTINGSUBGRADE (IF ANY) —lilt'BACKFILL MATERIAL — • I 1I- PIPE �,� �.1,1•—� PER DETAIL WTR-034 I - (SEE NOTE 3) 5' ;III—Hi"'�' ria�'ret I i -1 DITCH WALL }}' NOTES: 1. ALL EXISTING ASPHALT COURSE SHALL BE REPLACED TO THE ORIGINAL DEPTH. PLACE A MINIMUM OF 2" HMAC SURFACE COURSE (TYPE "D" MIX) TO MATCH EXISTING GRADE AS SHOWN. 2. PLACE A MIN. OF S" 2:27 CONCRETE AS SHOWN. 3. FLOWABLE FILL MAY BE REQUIRED TO BACKFILL ALL TRENCHES IN DOWNTOWN STREETS AND IS OPTIONAL IN OTHER AREAS. IF FLOWABLE FILL IS REQUIRED, A SEPERATE PAY ITEM WILL BE PROVIDED FOR SUCH. 4. ALL CONSTRUCTION MUST BE IN ACCORDANCE WITH THE CITY OF FORT WORTH STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION. &vp CITY OF FORT WORTH, TEXAS DATE: 10-2007 PERMANENT ASPHALT PAVEMENT TRENCH REPAIR STR-028 I i i 1 1 Il i r 1 1 1 1 1 1 1 1 1 I EXISTING = TRENCH REPAIR LIMITS CURB & EXISTING HMAC NEW HMAC GUTTER SEE DETAIL — ,:: PAVEMENT (SEE NOTE 4) I� .: STR-035 - III- •r x,' ••r••:� Mr ,}• Lw S. .M1 �:� •7.t, .3,�^�•.• i�1 '�. •1 •, '•J�••�!�•�•.rw': 5 MIN••.:.' ��� rf `• .d4.. t, �.. p, :•�:�. �...Jr J. :�Y. i''•:III—I 17IT11• a., ;:�.t, ..•Yi.—+•..:•.��:,�-� :..�:�:.,��.'���.�r�.,�,,�y �:' ,t, • .,�:• :r:•{....,y�•,. .V y...,� ,,�•..• :;• —111— (/ • S t' •. F • ••r1T�- .. Wi, • :Tr'!-�.• :+•r1 ., Y'R.' • •'. t.1 4y. :4 t •�I`.•. r' .� • • ."-�T.�� •: 41T.t� }p'y...1� •ir-•a• • { • •i t� r� �al�"--� _ ; 3w!A! : .�� r• • '• iM • i ti.. '•i T ••.1� • l . �:•• Lvr� . � 1 • ~1,� y w.. f • ; �T ;• w,. � t'� T' :; •••eT'�� S .�+TT I I —I 1 1 IIil ' ,I[�♦( r..i�! ^�. [. .:a�•.•i�c✓1;:.^'..•' •i.�',.:.• .Z .�:a :.r 'i �•. t t. fik.�``t.� ,+, •:a+r` .�:a: ":i�•t. '.r' ./:. �'b.:�,+ .. —I\I — IY 5a.'• �Q} `:ib M"0: .�•, r. r ,�{,� .4• J.. Y :,E, .r. ..ti.�.�• �:� it 4.�'.. `n �: �" . �, _.. <'•R.;»• , ".. .1.:.,r�••:� III •� � �.'.,'�: .P.� ::$i:•. , e•, .r_....•�• .;�:•27'CONCR�'�• � _ _ m�s: '��E� o „ ' '-[�, :'�.. 7e� ,;: 1 I IR. ::�•. .—. 4.• f (, __ I I-- I—� I-�1I-1--, , ., .:i•a r,G,. ti�Oar•,.'• .' _ y :l_i-. �!.L! ` "�. I�—I' — `io 4•' ; . ': ` :, �:��=ll1 I I_h i; 1 I —_— I L,IT_ I I rl I IT- I;I_I I_I I I I I , 1-111I =, 11_f 11 I I!=1 I I-. I I_I I I-1 111I I I u1.-1-II_-112 ;III •>T4 sr:. , :" :: `;11z =! ilr_ I —IIL= �-- _ ..�+i� .,;-•r;•=. I' TACK OAT � �--- 111= �•:•.. EXISTING #3 BARS ON 24" CENTERS I I —_I ,Y"`°'"" X X!, __A EXISTING Ti —' r _ 3 ' 4.'_ I I_. CLASS 'A' REINFORCED SUBGRADE BOTH WAYS WITH MIN. 2 BARS i — ,.,.• ti;;i�; CONCRETE I,I (IF ANY) LONGITUDINAL IN DITCH a= III- CONCRETE BASE xr� ; —_. BASE ' BACKFILL MATERIAL PIPE PER DETAIL WTR-034 SEE NOTE 6 DITCH WALL I ..'•,r•:.» NOTES: 1. CONCRETE BASE SHALL BE REPLACED TO ORIGINAL THICKNESS OR TO 5. 2:27 CONCRETE MAY BE DELETED IF HALF THE SPECIFIED THICKNESS A MINIMUM THICKNESS OF 5", WHICHEVER IS GREATER. OF 2:27 IS ADDED TO THE CLASS "A" CONCRETE. 2. IF STEEL EXISTS IN CONCRETE BASE TO BE CUT, THE STEEL SHALL BE 6. FLOWABLE FILL MAY BE REQUIRED TO BACKFILL ALL TRENCHES IN CUT AND SALVAGE AS POSSIBLE. A MINIMUM LAP SPLICE DISTANCE OF DOWNTOWN STREETS AND IS OPTIONAL IN OTHER AREAS. IF FLOWABLE 12" SHALL BE PROVIDED. FILL IS REQUIRED, A SEPERATE PAY ITEM WILL BE PROVIDED FOR SUCH, 3. REINFORCED CONCRETE BASE WILL BE REPLACED OVER TRENCH, AS 7. ALL CONSTRUCTION MUST BE IN ACCORDANCE WITH THE CITY OF FORT SHOWN, IN THE EVENT NON —REINFORCED CONCRETE BASE IS REMOVED. WORTH STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION. 4. ALL EXISTING ASPHALT COURSE SHALL BE REPLACED TO THE ORIGINAL DEPTH. PLACE A MINIMUM OF 2" HMAC SURFACE COURSE (TYPE "D" MIX) TO MATCH EXISTING GRADE AS SHOWN. ORTWORT CITY OF FORT WORTH, TEXAS DATE: 10-2007 PERMANENT ASPHALT PAVEMENT TRENCH REPAIR WITH EXISTING CONCRETE BASE STR-029 a. CONTRACTS, BONDS AND INSURANCE CERTIFICATE OF INSURANCE CONTRACTOR COMPLIANCE WITH WORKERS' COMPENSATION LAW CONFLICT OF INTEREST QUESTIONNAIRE PERFORMANCE BOND PAYMENT BOND MAINTENANCE BOND CITY OF FORT WORTH CONTRACT *., .. CONTRACTOR COMPLIANCE WITH WORKERS' COMPENSATION LAW Pursuant to V.T.C.A. Labor Code §406.96 (2000), as amended, Contractor certifies that it provides workers' compensation insurance coverage for all of its employees employed no on City of Fort Worth Department of Engineering No. 5434 and City of Fort Worth Project No. 00431 & P258-708170043187 U� STATE OF TEXAS § go COUNTY OF TARRANT § CONTRACTOR Z-11 By:. Name: Title: P f Date: ��, 27 2 0o y Before me, the undersigned authority, on this day personally appeared 4%//,�oy TSB./fir , known to me to be the person whose name is subscribed to the y foregoing instrument, and acknowledged to me that he executed the same as the act and deed of 1111'21�, 171o,Y4 for the purposes and consideration therein expressed and in the capacity therein stated. Given Under My Hand and Seal of Office this day of h'u4us% 20 D r . Notary Public in and for the State of Texas J ,NHv F $P I-FRF''z-+ S. SKELLY k ;'t Notiry Public STATE OF TEXAS ylE or �<�� My Cor lin Exp. 08/24/2010 v�.nivw,v�rwvkr+�sw.cv.,Wvwwsvvvw.r,� i PERFORMANCE BOND Bond No. 230 32 05 THE STATE OF TEXAS § COUNTY OF TARRANT § KNOW ALL BY THESE PRESENTS: That we, (1) William J. Schultz, Inc., dba Circle "C" Construction Companv, as Principal herein, and (2) Insurance Companv of the `Vest/Indevendence Casualtv and Surety Companv, a corporation organized under the laws of the State of (3) California/Texas, and who is authorized to issue surety bonds in the State of Texas, Surety herein, are held and firmly bound unto the City of Fort Worth, a municipal corporation located in Tarrant and Denton Counties, Texas, Obligee herein, in the sum of *One Million, One Hundred Thirtv-Five Thousand, Four Hundred Eighty -Two and 50/100*Dollars ($*1.135.482.50*) for the payment of which sum we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Principal has entered into a certain written contract with the Obligee dated the day of AUG 18 2009 , 2009, a copy of which is attached hereto and made a part hereof for all purposes, for the construction of: Sanitary Sewer Rehabilitation Contract LV (55) — Part 2 — Sewer Proiect Number P258-708170043187. DOE No. 5434; Citv Proiect No. 00431. NOW, THEREFORE, the condition of this obligation is such, if the said Principal shall faithfully perform the work in accordance with the plans, specifications, and contract documents and shall fully indemnify and hold harmless the Obligee from all costs and damages which Obligee may suffer by reason of Principal's default, and reimburse and repay Obligee for all outlay and expense that Obligee may incur in making good such default, then this obligation shall be void; otherwise, to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of such statute, to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the duly authorized representatives of the Principal and the Surety have executed this instrument. AUG 182009 SIGNED and SEALED this day of , 2009. William J. Schultz, Inc., dba Circle "C" Construction Company PRINCIPAL ATTEST: By: Name: William J. Schultz (Principal) Secretary Address: P. O. Box 40328 Fort Worth, TX 76140 Witness as to Principal Insurance Company of the West/ Independence Cai lty and Surety Company SURETY ATTEST: By: Name: Sheryl A. Mutts , Attorney -in -Fact Secretary Address: 11455 El Camino Real (SEAL) San Diego, CA 92130-2045 Witness as to Surety, Jo A. Miller Telephone Number: 1-858-350-2400 NOTE: (1) Correct name of Principal (Contractor). (2) Correct name of Surety. '! (3) State of incorporation of Surety Telephone number of surety must be stated. In addition, an original copy of Power of Attorney shall be attached to Bond by the Attorney -in -Fact. The date of bond shall not be prior to date of Contract. No. 004738 .. ICW GROUP Power of Attorney Insurance Company of the West Explorer Insurance Company Independence Casualty and Surety Company KNOW ALL MEN BY THESE PRESENTS: That Insurance Company of the West, a Corporation duly organized under the laws of the State of California, Explorer Insurance Company, a Corporation duly organized under the laws of the State of California, and Independence Casualty and Surety Company, a Corporation drily organized under the taws of the State of Texas, (collectively referred to as the "Companies"), do hereby appoint JOHN A. MILLER, SR., JOHN A. MILLER, IL SHERYL A- KLUTTS, K. R. HARVEY, JOHN R. STOCKTON their true and lawful Attomey(s)-in-Fact with authority to date, execute, sign, seal, and deliver on behalf of the Companies, fidelity and surety bonds, undertakings, and other similar contracts of suretyship, and any related documents. In witness whereof, the Companies have caused these presents to be executed by its duly authorized officers this 2nd day of January, 2008. 4��CY►ANY S ysA11'OMr o ,. %. 8 + INSURANCE COMPANY OF THE WEST 5 ,(O a SEAL . l ! EXPLORER INSURANCE COMPANY INDEPENDENCE CASUALTY AND SURETY COMPANY c�tNaraa►�-a`�ti.�.-.._..._.e� � `�¢y 't yet Jeffrey D. Sweeney, Assistant Secretary State of California } SS. County of San Diego J. Douglas Browne, Senior Vice President On January 2, 2008, before me, Mary Cobb, Notary Public, personally appeared J. Douglas Browne and Jeffrey D. Sweeney, who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument, and acknowledged to me that they executed the same in their authorized capacities, and that by their signatures on the instrument, the entity upon behalf of which the persons acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. Witness my hand and official seal. i hAftl II ul II 1 I MARY COBB COMM.01602390 � H NOTARY PUBLIC -CAA ��pp v SAN DIE -GO COUNTY A My CommiSsion CXPOM — SEPTEaiABER 20. 2009 Mary Cobb, Notary Public RESOLUTIONS This Power of Attomey is granted and is signed, sealed and notarized with facsimile signatures and seals under authority of the following resolutions adopted by the respective Boards of Directors of each of the Companies: "RESOLVED: That the President, an Executive or Senior Vice President of the Company, together with the Secretary or any Assistant Secretary, are hereby authorized to execute Powers of Attorney appointing the person(s) named as Attomey(s)-in-Fact to date, execute, sign, seal, and deliver on behalf of the Company, fidelity and surety bonds, undertakings, and other similar contracts of suretyship, and any related documents. RESOLVED FURTHER: That the signatures of the officers making the appointment, and the signature of any officer certifying the validity and current status of the appointment, may be facsimile representations of those signatures; and the signature and seal of any notary, and the seal of the Company, may be facsimile representations of those signatures and seals, and such facsimile representations shall have the same force and effect as if manually affixed. The facsimile representations referred to herein may be affixed by stamping, printing, typing, or photocopying." CERTIFICATE I, the undersigned. Assistant Secretary of Insurance Company of the West, Explorer Insurance Company, and Independence Casualty and Surety Company, do hereby certify that the foregoing Power of Attorney is in full force and effect, and has not been revoked, and that the above resolutions were duly adopted by the respective Boards of Directors of the Companies, and are now in fill force. AUG 18 2009 IN WITNESS WHEREOF, I have set my hand this day of Jeffrey D. Sweeney, Assistant Secretary To verify the authenticity of this Power of Attorney you may call 1-800-877-1111 and ask for the Surety Division. Please refer to the Power of Attomey Number, the above named individual(s) and details of the bond to which the power is attached. For information or filing claims, please contact Surety Claims, ICW Group, 11455 El Camino old Real, San Diego, CA 92130-2045 or call (858) 350-2400. PAYMENT BOND Bond No. 230 32-05 THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § That we, (1) William J. Schultz, Inc.. dba Circle "C" Construction Companv, as Principal herein, and (2) Insurance Company of the West/Independence Casualtv and Suretv Companv, a corporation organized and existing under the laws of the State of (3) California/Texas, as surety, are held and firmly bound unto the City of Fort Worth, a municipal corporation located in Tarrant and Denton Counties, Texas, Obligee herein, in the amount of *One Million, One Hundred Thirtv-Five Thousand, Four Hundred Eighty -Two and 501100* Dollars ($*1,135,482.50*) for the payment whereof, the said Principal and Surety bind themselves and their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents: WHEREAS, the Princi 1 has entered into a certain written contract with the Obligee G 1 8 2009 dated the day of , 2009, which contract is hereby referred to and made a part hereof as if fully and to the same extent as if copied at length, for the following project: Sanitary Sewer Rehabilitation Contract LV (55) — Part 2 — Sewer Proiect Number P258-708170043187; DOE No. 5434, Citv Proiect No. 00431. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully make payment to each and every claimant (as defined in Chapter 2253, Texas Government Code, as amended) supplying labor or materials in the prosecution of the work under the contract, then this obligation shall be void; otherwise, to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said statute, to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the duly authorized representatives of the Principal and the Surety have executed this instrument. TV AUG 18 2009 SIGNED and SEALED this day of . 2009. M M ATTEST: M (Principal) Secretary Witness as to Principal ATTEST: Secretary (SEAL)e AZ -Zo / 400.00 Witness as to Surety, John A. Miller William J. Schultz, Inc., dba Circle "C" Construction Company PRINCIPAL By: Name: William J. Schultz, President Address: P. O. Box 40328 Fort Worth, TX 76140 Insurance Company of the West/ Indepen7,ia. alty and Surety Company SURET By Name: Sheryl A. Mutts, Attorney -in -Fact Address: 11455 El Camino Real San Diego, CA 92130-2045 Telephone Number: 1-858-350-2400 NOTE: (1) Correct name of Principal (Contractor). (2) Correct name of Surety. (3) State of incorporation of Surety Telephone number of surety must be stated. In addition, an original copy of Power of Attorney shall be attached to Bond by the Attorney -in -Fact. The date of bond shall not be prior to date of Contract. MW No. 004738 ICW GROUP Power of Attorney Insurance Company of the West Explorer Insurance Company Independence Casualty and Surety Company KNOW ALL MEN BY THESE PRESENTS: That Insurance Company of the West, a Corporation duly organized under the laws of the State of California, Explorer Insurance Company, a Corporation duly organized under the laws of the State of California, and Independence Casualty and Surety Company, a Corporation duly organized under the laws of the State of Texas, (collectively referred to as the "Companies"), do hereby appoint +� JOHN A. MILLER, SR., JOHN A. MILLER, II, SHERYL A. KLUTTS, K. R. HARVEY, JOHN R. STOCKTON their true and lawful Attomey(s)-in-Fact with authority to date, execute, sign, seal, and deliver on behalf of the Companies, fidelity and surety bonds, undertakings, and other similar contracts of suretyship, and any related documents. In witness whereof, the Companies have caused these presents to be executed by its duly authorized officers this 2nd day of January, 2008. ��orrµro�. `�$t1RA4rC P t+rOaG �r cJ v►e0Ulp0""' SEAL INSURANCE COMPANY OF THE WEST O S; EXPLORER INSURANCE COMPANY INDEPENDENCE CASUALTY AND SURETY COMPANY Jeffrey D. Sweeney, Assistant Secretary J. Douglas Browne, Senior Vice President State of California } County of San Diego ss. On January 2, 2008, before me, Mary Cobb, Notary Public, personally appeared J. Douglas Browne and Jeffrey D. Sweeney, who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) istare subscribed to the within instrument, and acknowledged to me that they executed the same in their authorized capacities, and that by their signatures on the instrument, the entity upon behalf of which the persons acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. Witness my hand and official seal. COMM. 4H602390 NOTARY PMCtALIONA SANDIMOCI]LIIM i MSS commis pan expo SEPTET ER 20. 2M Mary Cobb, Notary Public RESOLUTIONS This Power of Attorney is granted and is signed, sealed and notarized with facsimile signatures and seals under authority of the following resolutions adopted by the respective Boards of Directors of each of the Companies: "RESOLVED: That the President, an Executive or Senior Vice President of the Company, together with the Secretary or any Assistant Secretary, are hereby authorized to execute Powers of Attorney appointing the person(s) named as Attomey(s)-in-Fact to date, execute, sign, seal, and deliver on behalf of the Company, fidelity and surety bonds, undertakings, and other similar contracts of suretyship, and any related documents. RESOLVED FURTHER: That the signatures of the officers making the appointment, and the signature of any officer certifying the validity and current status of the appointment, may be facsimile representations of those signatures; and the signature and seal of any notary, and the seal of the Company, may be facsimile representations of those signatures and seals, and such facsimile representations shall have the same force and effect as if manually affixed. The facsimile representations referred to herein may be affixed by stamping, printing, typing, or photocopying." CERTIFICATE I, the undersigned, Assistant Secretary of Insurance. Company of the West, Explorer Insurance Company, and Independence Casualty and Surety Company, do hereby certify that the foregoing Power of Attorney is in full force and effect, and has not been revoked, and that the above resolutions were duly adopted by the respective Boards of Directors of the Companies, and are now in full force. AUG 18 2009 IN WITNESS WHEREOF, I have set my hand this day of Jeffrey D. Sweeney, Assistant Secretary To verify the authenticity of this Power of Attomey you may call 1-800-877-1111 and ask for the Surety Division. Please refer to the Power of Attomey Number, the above named individual(s) and details of the bond to which the power is attached. For information or filing claims, please contact Surety Claims, ICW Group, 11455 El Camino Real, San Diego. CA 92130-2045 or call (858) 350-2400. :wires +. _.�[_.Tn�_-_—:a,.= ik `� �= _ r •� Tom_ ` _ - -- - - v�i"may`-- • ^ - _ ~'C) LZ IMF tam - .�•.:...---_�.�. _"�a'c �+-� .�. --� - — _ _ - _ - _ -- - �'�-_ --'�..;.-_;:r :--mac � `��� . __ r - � '..-r'..�C+�-""-:-err:—�i-4�� v - _ --_ - -_ - � ._. :.. M�s�i .���-"i.�.� .-�_•...-' = 'r77 � ^'-.'"' ^ -_ _ . : �_--_=� �••�„ `._ =— -_F _ _ - ^ =� = == � �--. ^:. rx-- .�_ �` .max �,:.±,•_.,,c, _ _-"-�.-._ r---+tom+-.` - �-- � _-»c-' - �„�'--�"„�-�5�:•� '�.�'S'_��,•� MAINTENANCE BOND Bond No. 230 32 05 THE STATE OF TEXAS § COUNTY OF TARRANT § KNOW ALL BY THESE PRESENTS: That William J. Schultz, Inc., dba Circle "C" Construction Company. ("Contractor"), as principal, and Insurance Company of the West/Independence Casualty and Surety Company, a corporation organized under the laws of the State of California/Texas, ("Surety"), do hereby acknowledge themselves to be held and bound to pay unto the City of Fort Worth, a Municipal Corporation chartered by virtue of Constitution and laws of the State of Texas, ("City") in Tarrant County, Texas, the sum of *One Million, One Hundred Thirty -Five Thousand, Four Hundred Eighty -Two and 50/100*Dollars ($*1.135,482.50*), lawful money of the United States, for payment of which sum well and truly be made unto said City and its successors, said Contractor and Surety do hereby bind themselves, their heirs, executors, administrators, assigns and successors, jointly and severally. This obligation is conditioned, however, that: WHEREAS, said C a t r this day entered into a written Contract with the City of Fort Worth, dated the of , 2009 a copy of which is hereto attached and made a part hereof, for the performance of the following described public improvements: Sanitary Sewer Rehabilitation Contract LV (55) — Part 2 the same being referred to herein and in said contract as the Work and being designated as Project Number(s): Sewer Proiect No. P258-708170043187; DOE No. 5434. Citv Proiect No. 00431 and said contract, including all of the specifications, conditions, addenda, change orders and written instruments referred to therein as Contract Documents being incorporated herein and being made a part hereof, and, WHEREAS, in said Contract, Contractor binds itself to use such materials and to so construct the work that it will remain in good repair and condition for and during a period of two (2) years after the date of the final acceptance of the work by the City; and WHEREAS, said Contractor binds itself to maintain said work in good repair and condition for said term of two (2) years: and WHEREAS, said Contractor binds itself to repair or reconstruct the Work in whole or in part at any time within said period, if in the opinion of the Director of the City of Fort Worth Department of Engineering, it be necessary; and, _. WHEREAS, said Contractor binds itself, upon receiving notice of the need therefore to repair or reconstruct said Work as herein provided. NOW THEREFORE, if said Contractor shall keep and perform its said agreement to maintain, repair or reconstruct said Work in accordance with all the terms and conditions of said Contract, these presents shall be null and void, and have no force or effect. Otherwise, this Bond shall be and remain in full force and effect, and the City shall have and recover from Contractor and Surety damages in the premises as prescribed by said Contract. This obligation shall be a continuing one and successive recoveries may be had hereon for successive breaches until the full amount hereof is exhausted. IN WITNESS WHEREOF, this instrument is executed in 8 counterparts, each of which shall be deemed an original, this day of ATTEST: (Principal) Secretary Witness as to Principal ATTEST: Secretary (SE. Witnes;as to Surety, Jo A. Miller AUG 18 M , A.D. 2009, William J. Schultz, Inc., dba Circle "C" Construction Company PRINCIPAL By: Name: William J. Schultz Address: P. O. Box 40328 Fort Worth, TX 76140 Insurance Company of the West/ Independence Ca aty and Surety Company SURETY By: Name: Sheryl A. Klutts , Attorney -in -Fact Address: 11455 El Camino Real San Diego, CA 92130-2045 Telephone Number: 1-858-350-2400 No. 004738 ICW GROUP Power of Attorney Insurance Company of the West Explorer Insurance Company Independence Casualty and Surety Company KNOW ALL MEN BY THESE PRESENTS: That Insurance Company of the West, a Corporation duly organized under the laws of the State of California, Explorer Insurance Company, a Corporation duly organized under the laws of the State of California, and Independence Casualty and Surety Company, a Corporation duly organized under the laws of the State of Texas, (collectively referred to as the "Companies"), do hereby appoint JOHN A. MILLER, SR., JOHN A. MILLER, II, SHERYL A. KLUTTS, K. R. HARVEY, JOHN R. STOCKTON their true and lawful Attomey(s)-in-Fact with authority to date, execute, sign, seal, and deliver on behalf of the Companies, fidelity and surety bonds, undertakings, and other similar contracts of suretyship, and any related documents. In witness whereof, the Companies have caused these presents to be executed by its duly authorized officers this 2nd day of January, 2008. 00Mr� o �Ti• 0 a' INSURANCE COMPANY OF THE WEST SEAL ac EXPLORER INSURANCE COMPANY INDEPENDENCE CASUALTY AND SURETY COMPANY Jeffrey D. Sweeney, Assistant Secretary J. Douglas Browne, Senior Vice President State of California } County of San Diego ss. On January 2, 2008, before me, Mary Cobb, Notary Public, personally appeared J. Douglas Browne and Jeffrey D. Sweeney, who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) isiare subscribed to the within instrument, and acknowledged to me that they executed the same in their authorized capacities, and that by their signatures on the instrument, the entity upon behalf of which the persons acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. Witness my hand and official seal. M MARY L''(W i COMM.4k160M90 A N NDTARY PUMX-OKKONAN SAN OIESO COUNTY 0 fs My Comitiliflsion Expi 58rM MEER 2D. 2M I Mary Cobb, Notary Public RESOLUTIONS This Power of Attorney is granted and is signed, sealed and notarized with facsimile signatures and seals under authority of the following resolutions adopted by the respective Boards of Directors of each of the Companies: "RESOLVED: That the President, an Executive or Senior Vice President of the Company, together with the Secretary or any Assistant Secretary, are hereby authorized to execute Powers of Attorney appointing the person(s) named as Attomey(s)-in-Fact to date, execute, sign, seal, and deliver on behalf of the Company, fidelity and surety bonds, undertakings, and other similar contracts of suretyship, and any related documents. RESOLVED FURTHER: That the signatures of the officers making the appointment, and the signature of any officer certifying the validity and current status of the appointment, may be facsimile representations of those signatures; and the signature and seal of any notary, and the seal of the Company, may be facsimile representations of those signatures and seals, and such facsimile representations shall have the same force and effect as if manually affixed. The facsimile representations referred to herein may be affixed by stamping, printing, typing, or photocopying." CERTIFICATE I, the undersigned, Assistant Secretary of Insurance Company of the West, Explorer Insurance Company, and Independence Casualty and Surety Company, do hereby certify that the foregoing Power of Attorney is in frill force and effect, and has not been revoked, and that the above resolutions were duly adopted by the respective Boards of Directors of the Companies, and are now in full force. AUG 18 2009 IN WITNESS WHEREOF, I have set my hand this day of Jeffrey D. Sweeney, Assistant Secretary To verify the authenticity of this Power of Attorney you may call 1-800-877-1111 and ask for the Surety Division. Please refer to the Power of Attorney Number, the above named individual(s) and details of the bond to which the power is attached. For information or filing claims, please contact Surety Claims, ICW Group, 11455 El Camino Real, San Diego. CA 92130-2045 or call (858) 350-2400. I IMPORTANT NOTICE To obtain information or make a complaint: 2 You may contact your at 817.834.7111. 3 You may call Insurance Company of the West/Independence Casualty & Surety Company's toll -free telephone number for information or to make a complaint at: 1-800-877-1111 4 You may also write to Insurance Company of the Westlindependence Casualty & Surety Company at: 11455 El Camino Real San Diego, CA 92130-2045 5 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252-3439 6 You may write the Texas Department of Insurance: P. O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: http://www.tdi.state.tx.us E-mail: ConsumerProtectione.tdi.state.tx.us 7 PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact the John A. Miller & Associates, Inc. first. If the dispute is not resolved, you may contact the Texas Department of Insurance. 8 ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. AVISO IMPORTANTE Para obtener informacion o para someter una queja: Puede comunicarse con su Agent al 817.834- .7111. Usted puede Ilamar al numero de telefono gratis de Insurance Company of the Westlindependence Casualty & Surety Company's para informacion o para someter una queja al: 1-800-877-1111 Usted tambien puede escribir a Insurance Company of the West/independence Casualty & Surety Company al: 11455 El Camino Real San Diego, CA 92130 Puede Comunicarse con el Departamento de Seguros de Texas para obtener informacion acerca de companias, coberturas, derechos o quejas al: 1-800-252-3439 Puede escribir al Departamento de Seguros de Texas: P. O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: http://www.tdi.state.tx.us E-mail: Consume rProtection cetdi.state.tx.us DISPUTAS SOBRE PRIMAS O RECLAMOS: Si tiene una disputa concerniente a su prima o a un reclamo, debe comunicarse con el John A. Miller & Associates, Inc. primero. Si no se resuelve la disputa, puede entonces comunicarse con el departamento (TDI). UNA ESTE AVISO A SU POLIZA: Este aviso es solo para proposito de informacion y no se convierte en parte o condicion del documento adjunto. no CITY OF FORT WORTH. TEXAS CONTRACT a THE STATE OF TEXAS KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT AUG 18 2009 This Contract made and entered into this the day of A.D., 2009, by and between the CITY OF FORT WORTH, a home -rule municipal corporation situated in Tarrant, Denton, Parker, and Wise Counties, Texas, by and through its duly authorized Assistant City Manager, ("Owner"), and William J. Schultz. Inc., dba Circle "C" Construction ComDanv, ("Contractor'). Owner and Contractor may be referred to herein individally as a "Party" or collectively as the "Parties." WITNESSETH: That said parties have agreed as follows: 1. That for and in consideration of the payments and agreements hereinafter mentioned to be made and performed by the Owner, and under the conditions expressed in the bond bearing even date herewith, the said Contractor hereby agrees with the said Owner to commence and complete the construction of certain improvements described as follows: Sanitary Sewer Rehabilitation Contract LV (55) — Part 2 Sewer Project No. P258-708170043187 City Project No. 00431 DOE NO.5434 That the work herein contemplated shall consist of furnishing as an independent contractor all labor, tools, appliances and materials necessary for the construction and completion of said project in accordance with the Plans and Specifications and Contract Documents prepared by the Department of Engineering for the Transportation and Public Works Department of the City of Fort Worth adopted by the City Council of the City of Fort Worth, which Plans and Specifications and Contract Documents are hereto attached and made a part of this contract the same as if written herein. 3. The Contractor hereby agrees and binds himself to commence the construction of said work within ten (10) days after being notified in writing to do so by the Department of Engineering of the City of Fort Worth. 4. The Contractor hereby agrees to prosecute said work with reasonable diligence after the commencement thereof and to fully complete and finish the same ready for the inspection and approval of the Department of Engineering of the City of Fort Worth and the City Council of the City of Fort Worth within a period of 150 working days. If the Contractor should fail to complete the work as set forth in the Plans and Specifications and Contract Documents within the time so stipulated, plus any additional time allowed as provided in the General Conditions, there shall be deducted from any monies due or which may thereafter become due him, the sum of $420 Per working day, not as a penalty but as liquidated damages, the Contractor and his Surety shall be liable to the Owner for such deficiency. 5. Should the Contractor fail to begin the work herein provided for within the time herein fixed or to carry on and complete the same according to the true meaning of the intent and terms of said Plans, Specifications and Contract Documents, then the Owner shall have the right to either demand the surety to take over the work and complete same in accordance with the Contract Documents or to take charge of and complete the work in such a manner as it may deem proper, and if in the completion thereof, the cost to the said City shall exceed the contract price or prices set forth in the said plans and specifications made a part hereof, the Contractor and/or its Surety shall pay said City on demand in writing, setting forth and specifying an itemized statement of the total cost thereof, said excess cost. N. Contractor covenants and agrees to indemnify City's engineer and architect, and their personnel at the project site for Contractor's sole negligence. In addition, Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the Owner, its officers, servants and employees, from and against any and all claims or suits for property loss, property damage, personal injury, including death, arising out of, or alleged to arise out of, the work and services to be performed hereunder by Contractor, its officers, agents, employees, subcontractors, licensees or invitees, whether or not anv such iniurv. damage or death is caused, in whole or in part. by the neelizence or alleged nePlikence of Owner, its officers, servants, or emlovees. Contractor likewise covenants and agrees to indemnify and hold harmless the Owner from and against any and all injuries to Owner's officers, servants and employees and any damage, loss or destruction to property of the Owner arising from the performance of any of the terms and conditions of this Contract, whether or not anv such iniury or damage is caused in whole or in Part by the neelie-ence or alleg-ed neelieence of Owner. its officers, servants or emnlovees.. In the event Owner receives a written claim for damages against the Contractor or its subcontractors prior to final payment, final payment shall not be made until Contractor either (a) submits to Owner satisfactory evidence that the claim has been settled and/or a release from the claimant involved, or (b) provides Owner with a letter from Contractor's liability insurance carrier that the claim has been referred to the insurance carrier. The Director may, if he deems it appropriate, refuse to accept bids on other City of Fort Worth public work from a Contractor against whom a claim for damages is outstanding as a result of work performed under a City Contract. 7. The Contractor agrees, upon the execution of this Contractor, and before beginning work, to make, execute and deliver to City of Fort Worth the following bonds in the name of the City of Fort Worth in a sum equal to the amount of the Contract. The form of the bond shall be as herein provided and the surety must first be acceptable to the requirements of the Chapter 2253 of the Texas Government Code, as Amended. A. If the total contract price is $25,000 or less, payment to the contractor shall be made in one lump sum. Payment shall not be made for a period of 45 calendar days from the date the work has been completed and accepted by the Owner. B. If the contract amount is in excess of $25,000, a Payment Bond shall be executed, in the amount of the Contract, solely for the protection of the claimants supplying labor and material in the prosecution of the work. C If the Contract amount is in excess of $100,000, a Performance Bond shall be executed, in the amount of the Contract conditioned on the faithful performance of the work in accordance with the Plans, Specifications, and Contract Documents. Said bond shall solely be for the protection of the Owner. D. A Two-year Maintenance Bond in the name of the Owner is required for all projects to insure the prompt, full and faithful performance of the general guarantee contained in the Contract Documents. 0 The Owner agrees and binds itself to pay, and the Contractor agrees to receive, for all of the aforesaid work, and for all additions thereto or deductions therefrom, the price shown on the Proposal submitted by the successful bidder hereto attached and made a part hereof. Payment will be made in monthly installments upon actual work completed by contractor and accepted by the Owner and receipt of invoice from the Contractor. The agreed upon total contract amount (including/excluding) alternates n/a, shall be One Million, One Hundred Thirty -Five Thousand. Four Hundred Eighty -Two and 50%100 Dollars, ($1,135.482.50). 9. It is further agreed that the performance of this Contract, either in whole or in part, shall not be sublet or assigned to anyone else by said Contractor without the written consent of the Owner. Any request for any sublease or assignment shall be made in writing and submitted to the Director of the Engineering Department. 10. The Contractor agrees to pay at least the minimum wage per hour for all labor as the same is classified, promulgated and set out by the City of Fort Worth, Texas, a copy of which is attached hereto and made a part hereof the same as if it were copied verbatim herein. 11. It is mutually agreed and understood that this agreement is made and entered into by the parties hereto with references to the existing Charter and Ordinances of the City of Fort Worth and the laws of the State of Texas with references to and governing all matters affecting this Contract, and the Contractor agrees to fully comply with all the provisions of the same. r IN WITNESS THEREOF, the City of Fort Worth has caused this instrument to be signed in 8 counterparts in its name and on its behalf by the City Manager and attested by its Secretary, with the corporate seal of the City of Fort Worth attached. The Contractor has executed this instrument through its duly authorized officers in 8 counterparts with its corporate seal attached. .o is N ■ 0 do Done in Fort Worth, Texas, this the RECO WED. BY: , DIRECTOR, DEPARTMENT OF WATER William J. Schultz. Inc.. dba Circle "C" Construction Comvanv CONTRACTOR BY: William J. Schultz President TITLE P. O. Box 40328. Fort Worth. TX 76140 ADDRESS day of AUG 18 2009 CITY OF FORT WORTH , A.D., 2009. FERNANDO COSTA, ASST CITY MANAGER ATTEST: CITY SECRETARY (S E A L) C- -:� �0 Contra�t Authorization APPROVED AS TO FORM AND LEGALITY: VEY OFFFICIAL RECURD CITY SECRETARY FT. WORTH, TX EASEMENTS EASEMENT EASEMENT DOCUMENTS Bidders are advised that the City of Fort Worth has not acquired all the necessary permanent and temporary construction easements for the construction of the project as shown in the Plans. Bidders are hereby notified that the City anticipates obtaining the necessary permanent and temporary construction easements by the start of construction. In the event the necessary permanent and temporary construction easements are not obtained, the City reserves the right to terminate the award of the contract at any time before the contractor begins any construction work on the project(s). In addition, Bidders shall hold their unit prices until the City has -• completed the acquisition of all permanent and temporary construction easements. The contractor shall be prepared to commence construction without all executed permanent and .. temporary construction easements and shall submit a schedule to the City of how construction will proceed in the other areas of the project do not require permanent and temporary construction easements. w i w I EASEMENT AND RIGHT OF WAY T That"O�+ Company, ifi 1 St. in consideration of TEN—P consideration to i�in Grantee, has gran and convey unto said A purpose of construe underground 36" sanitary across and along the folk SEE A Benbroak-Forest HH1 D-916 2008-0707 CS AEA # - r KNOW ALL MEN BY THESE PRESENTS DELIVERY GOMPAIAIY LLC, a Delaware Limited Liability Texas, 75201, hereinafter referred to as Grantor, for and )iW DOLLARS ($10.00), and other good and valuable etp�cffy OF FORT WORTH, hereinafter referred to as nveyed and by these presents does hereby grant, sell (de nonexclusive easement and right of way for the � ing, replacing, maintaining and operating an h r!! aP�r referred to as Grantee's Facility, in, under, IT " There is also granted to Grantee ce ors or assigns, a nonexclusive easement to use only so much of Gra es oin g nd, during temporary periods, as maybe necessary for the construction, ai to ce nd repair of said Grantee's Facility. Such use shall not interfere with Gran is use sugh property in the operation of its business and Grantee shall property main pl pro during construction and at the conclusion of such construction remove all co str ti ebris and other materials from such property and restore such property to h e ndition if was in prior to the commencement of Grantee's construction ther xrm thereto_ Use of draglines or other boom -type equipment in connection with an b performed on Grantor's property by the Grantee, its employees, agents, ep ese or contractors must comply with Chapter 752, Texas Health and Safety e, th ati al Electrical Safety Code and any other clearance requirements. Notwiths g to the contrary herein, in no event shall any equipment be within fiftee f r or's power fines situated on the aforesaid property, Grantee must notify Fo orth 0 Transmission, 817496-2736 or 817-991-5746 at least 48 hours prior to of a boom -type equipment on Grantor's property except in an emergency. Gr tar a the right to refuse Grantee permission to use boom -type equipment. Grantee shall locate its Facility within the easement so as not fo 'turf y of Grantor's facilities. Grantee shall not place its facility within 25 feet of a or r Grantee shall reimburse Grantor for any and all costs and expenses iricu for any relocation or alteration of its facilities located on or near the easement a , its sole discr�Wn, determines are subject to interferer 'or�t , id Grant ify o �T1SAr + r' (3�1W£{'J onwr Etactric �etn�r�r Go►r±pnnY ,�,ght of way,-," gtaM ot'VVW se"1c86 Lauru 01)La Flax Att11: L3+� l)ct a.Pez , rW 71t sS16E'. SUM 505 t r, W. ?'11 �4� ot. site r:,•r} Y+►i1r<r` V. 76102 "Wartti, TX ?c1{kq ,r exercise by Grantee of any of its rights hereunder. easement is granted upon the conditions that Grantee's Facility to be shall be maintained and operated by Grantee at no expense to Grantor and II not be responsible for any costs of construction, reconstruction, operation, 3 or removal of Grantee's Facility. o)thO extent permitted by law, Grantee agrees to defend, indemnify and hold a its , a nts and employees, harmless against any and all Bairns, lawsuits, jWkm expenses for personal injury (inching death), property damage or other h�, f ery of damages is sought, suffered by any person or persons that m se t of, occasioned, by any negligent act or omission of Grantee, its officers, a is , employees or subconsultants; except that the indemnity provided r p graph shall not apply to any liability resulting from the sole negiigenae of n cers, agents, or employees or separate contractors, and in the event of joint c n# egligenc a of both Grantor and Grantee, responsibility and Indemnity, if any, h be p ortipnV comparatively in accordance with the laws of the State of Texas, w o o eNvAing any governmental immunity or other defenses available to the pa ' r T as Law. The provisions of this paragraph are solely for the benefit of the parti e o MiQt intended to create or grant any rights, contractual or otherwise, to any oth deity. Grantee shall, at its cos xp se comply Wth all applicable laws, including but not limited to existing zone a , governmental rules and regulations enacted or promulgated by any govern n authority shall promptly execute and fulfill all orders and requirements imp by such rnm ntal authorities for the correction, prevention and abatement of nuisances ' or,n 1, connected with said premises because of Grantee's use thereof. This easement, subject to all liens recoW,,shallconUnue only so long as Grantee shall use this right of way for the purpose herein sc a nd the same shall immediately lapse and terminate upon cessation of such u e. TO HAVE AND TO HOLD the above de€,ariES" easeOient and rights unto the Grantee, its successors and assigns, for the pure a rresiaidjand upon the conditions herein stated until the same shall be abandoned fo u ntee for the purpose herein stated, then and thereupon this conveyances II 1a void and the use of said land and premises shall absolutely revert to Grant h r successors and assigns, and no act or omission on the part of them shall a a waiver of the enforcement of such condition. GkFOREVER ND Grantor does hereby bind itself, its successors and assigns, to WARRANT DEFEND aH and singular the above described easement and rights unto ! ntee, its successors and assigns, against every person whomsoever lawfully or to claim the same or any part thereof, by, through or under Grantor but not of this _day of Ad4, 2008. GRANTOR: ONCOR ELECTRI C DELIVERY COMPANY, L_L.C. Thomas r. Newsom. Attomey-In-Fact EE: CC> C F EjORT WORTH 7VED,4�7ORM Assistant City Manager APP AND LEGALITY l Y � ' Assistant C as OF TEXAS § OF TARRANT § O E ME, the undersigned authority, on this day personaffy appeared Fernando sty► Q t City Manager of CITY OF FORT WORTH, known to me to be the n n subscribed to the foregoing instrument and acknowledged to me that s ex c me for the purposes and consideration therein expressed, in the ca in s nd he/she is authorized to do so. GI N 0 ND AND SEAL OF OFFICE this oZ day of c , A. D. 2008. Mycowws exp s o ry Public in and for the State of Texas STATE OF TEXAS COUNTY OF TARRANT § BEFORE ME, the undersigned authority a F. Newsom, as the Attamey4n-Fact of ONCOR known to me to be the person whose name is s acknowledged to me that he/she executed the Sara therein expressed, in the capacity therein stated an GIVEN UNDER MY HAND AND SEAL OF l 1ENNIFIR MEEKER ?' Notecy pume, state of Texas My commission Expires '• y/ ,\� DOCsmbet 06, 2010 r personally appeared Thomas ELiVERY COMPANY, LLC., foregoing instrument and C oses and consideration Authorized to do so. day of r-I no CONTRACT MPART 2 (WUO) lYa Sm CkOWLIRY ROAD, FORT'pl<UR'TII. TEXAS EMMIiT "A" Samkmy Sewer F.asaot situated in the G. Herrera Survey. Abstract No. Fart Tarrrart Cbmay, Tta�. said 30-9 I t Sanitary Se vverr F,ummi bteg land oo Oitoor ffiectnic Delivery its roevrcied is Yee 2758. PtBe 332 t County, Texas and being furdw deacriled as 'hart 1; said 3Q0' being mcxe pe rticuLariy described by inns and boom& as land (by deal) to CA Clerk's Foe Nb�.Mdcxnl)cd as Tract 88 Truest t>flt d to g . Ck&s File No, D2U421 also being in the northerly East. with the northerly line o of 107.19 fed to the POW swerEmsemem. found far the southwest coma of a 16.918 acre brad of oat & Mangy Groin;, br- as recorded in Cotmrtlr ed Records of Thu met Om", Texan, and being futthcr rod bekg the souk ton= of a tract of land desa*ed land Mangy Group, Inc -as recorded in County of T imam Coa my, Teem. aid 54 uxh donor rod g South 83 degrm 33 minutes 09 moon& ��e the Undo riy tine of said TYWt T� a d�, UM of the burin described 30.0' Sanitary arrmuiiw" South 83 ftrxs 33 min *%09 with the soudbearly line of said I from which a 1/2 kwh hxm ad South 83 degrees 33 minutes 09 x nrA * ,A Souk 14 degmes 19 mk mm o9 coma in the south lime: of said'ham L TrimVe Drive (a 52.Y.r*M-of way) the no*wdy line of said Tract I and e of 30.28 feet to a point for corner east corner of said Tract Two bears ice of 866.13 fmt; T1rT MM North 83 degmcs 34 mkmms 22 sends W and with a north right-of-way line of and 'prig JW point for comtr from which a 98 inch iron rod round fe Tract PR, Section No, 3 of Hansom* Addition. an Twtwd County, Tom as rec anded in Volume 3W21, Tanner County, Ten bears North 83 detests 34 tarnu of I.63 feet, said SAS inch iron sod being the. �,. X., Page 10f 3 of 75r95 feet to a point for m north right-of-way time of line cd said Tivi I eof3029feet toa corner of Lot 10. a of Fort Worth. Records of a distance M. COM IACC 55,.PABT 2 (N#-260) Nth 5 a LEY ROADJORT WORM T WUS WVA SMVKY, ABSTRACT Na 2W WIN NWh 14 deVm 19 mkm is 09 tends Fast, a distam of 75.86' fat to tha POIiV'f' bf BEGINNING, and WnWn ft 2,276 sgme fiat or 0_052' aaes of had, mcm . or NOTE the of Pat WoA M 260 Sanbry Stwa Ptaject omtwL with t shmm hetaoa_ Note: Date of savvy March, 2W7 Date: Sepeutbrr 18, 2008 Coatis Smith Rimed PmfmsioiW Lod Smveyor No. 5494 Pfte2of3 am cwm" smart J' C0ow, or_ C.Cf. w 1 1ft17 r� 0.RtiGT. I Ewa EXHIBIT '"A" PAL fla 4 4 71MCT 2 INCH, �41L�l an pial I mmr�C�le =W&M rK — ftewcom 8m- blC. 0 . PAD B�M11R QATGT. � � Z r-- V WY POWAROOff S P.0 G. 11 SuRwy . agx MMTRAa No. 2027 � XF Sm t11 - soft �' � + +3 wain ITT rw '� ! ar4 LocoamN of osoma 1,4 1 r it ' ay ' U tee, a tit 11 Aam"w 10f it ur 11 �Cer r ¢1: 29cnw J Lot s pwm Dob .k ■rrq 1f1 am.+. 7tcnT w d 100 lets om +4 Fam O-alp ftswtf raua�Y oo�lkom, ono odtixa lots � Eta terra` - ST:11tE Pf FEET City Of O rth IOOD tlilhpYlWOO T ►4a Ste' PUMAHM SAWAIRY %VER EASEMENT am or A woo 4p um G. HERRERA SURVEY, ABSTRACT No. 2027 r►r, %mu rw W %ULW 275& FM X 352 DEW RMOFos of VJWAW cOMY. T© S I. r"& _ A J. i . i w r.. ATM"A 115 W FT WO" Submltttr CO CO glt�'( ENDERSON ARTY CLERK T OURTHOUSE 1�iHERFOR® FO T76196-0401 WARNING - THIS IS PA" RECORD. Filed ForRopistmtlon: 1 01:13 PM Insftownt tt: D 28 E 9 Pt3S or. w 1 Bill D208405625 ANY PROVISION WHICH RESTRICTS THE SALE, RENTAL. OF THE DESCRIBED REAL PROPERTY BECAUSE OF COL RACE IS INVALID AND UNENFORCEABLE UNDER FEDERAL Printed by: DS I AEA # 5"1,34 - `f Project Name: Contract 55 Part 2 M-260 Parcel #4 - City Project No. 00431 301 Alta Mesa Boulevard, Fort Worth, Texas STATE OF TEXAS § CD § KNOW ALL MEN BY THESE PRESENTS :-< COUNTY OF TARRANT § �r�, � _ -.= CITY OF FORT WORTH r— PERMANENT SEWER FACILITY EASEMENT rn id -3Z_ N Jc DATE: 2009 GRANTOR: CHESAPEAKE LAND DEVELOPMENT COMPANY, L.L.C. GRANTOR'S MAILING ADDRESS: 6100 N. WESTERN AVENUE OKLAHOMA CITY, OKLAHOMA 73118-1044 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS. 1000 THROCKMORTON ST. FORT WORTH, TARRANT COUNTY, TX 76102 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. PROPERTY: Being a 30.0' Permanent Sanitary Sewer Easement situated in the A. Rhodes Survey, Abstract No. 1319, City of Fort Worth, Tarrant County, Texas, said 30.0' Permanent Sanitary Sewer Easement being out of a 21.815 tract of land described as Tract 2 deeded to Chesapeake Exploration Limited Partnership as recorded in County Clerk's File No. D207214123 of the Deed Records of Tarrant County, Texas, said 30.0' Permanent Sanitary Sewer Easement being more particularly described in Exhibits "A" and "B". Grantor, for the consideration paid to Grantor and other good and valuable consideration, hereby grants, sells, and conveys to Grantee, its successors and assigns, an exclusive, perpetual easement for the construction, operation, maintenance, replacement, upgrade, and repair of a Permanent Sewer Line Facility, hereafter referred to as "Facility'. The Facility includes all incidental underground and aboveground attachments, equipment and appurtenances, including, but not limited to manholes, manhole vents, lateral line connections, pipelines, junction boxes in, upon, under and across a portion of the Property and more fully described in Exhibit W attached hereto and incorporated herein for all pertinent purposes, together with the right and privilege at any and all times to enter Property, or any part thereof, for the purpose of constructing, operating, maintaining, replacing, upgrading, and repairing said Facility. In no event shall Grantor (1) use the Property in any manner which interferes in any material way or is inconsistent with the rights granted hereunder, or (II) erect or permit to be erected within the easement property a permanent structure or building, including, but not limited to, monument sign, pole sign, billboard, brick or masonry fences or walls or other structures that require a building permit. However, Grantor shall be permitted to maintain any existing concrete driveway or road on the Property. Grantee shall be obligated to restore the surface of the Property at Grantee's sole cost and expense, including the restoration of any sidewalks, driveways, or similar surface improvements located upon or adjacent to the Easement Tract which may have been removed, relocated, altered, damaged, or destroyed as a result of the Grantee's use of the easement granted hereunder. Provided, however, that Grantee shall not be obligated to restore or replace irrigation systems or other improvements installed in violation of the provisions and intended use of this Easement. TO HAVE AND TO HOLD the above -described easement, together with all and singular the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns forever; and, subject to matters of record, Grantor does hereby bind itself and its successor and assigns to warrant and forever defend all and singular the easement unto Grantee, its successor and assigns, against every person whomsoever lawfully claiming or to claim the same, or any part thereof. When the context requires, singular nouns and pronouns include the plural. no w v GRANTOR: Chesapeake Land Development Company, L.L.C. By: Henry J. Hood, Senior Land and Legal & Gen STATE OF OKLAHOMA COUNTY OF OKLAHOMA Counsel GRANTEE: City of Fort Worth Fernando Costa Assistant City Manager Utity AS ORM AND LEGALITY Attorney ACKNOWLEDGEMENT BEFORE ME, the undersigned authority, a Notary Public in and for the State of Oklahoma, on this day personally appeared Henry J. Hood, Senior Vice President — Land and Legal & General Counsel of Chesapeake Land Development Company, L.L.C., known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of Chesapeake Land Development Company, L.L.C., an Oklahoma limited liability company and that he/she executed the same as the act of said limited liability company for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this Lg4—j, day of 6 6W � , 2009. f 1' C/l v t • �����'1�.Q�J Nota Pub in ado the State of Oklahoma Printed Name: ry f" M - t'h t rcs My commission expires: ' -- - ---------------- KATHY M_ MIRES SEAS F Notary Public I w Sate of Oklahoma ' cCommission # 00020590- Ex Tres 12119112; ----------------------- - p----.----- Wq s no ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared Fernando Costa, Assistant City Manager of the City of Fort Worth, known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of the City of Fort Worth and that he/she executed the same as the act of the City of Fort Worth for the purposes and consideration therein expressed and in the capacity therein stated. / GIVEN UNDER MY HAND AND SEAL OF OFFICE this [O day of ' 20DR. HETTIE LANE '"L •° •.1'� (,OMk!SStGF! Ex?1FES }J` .1028.2011 M. & G DATE aGENT DOE Notary Public in and f� State of Texas PROJECT: CONTRACT 55, PART 2 M-260 PARCEL No. 4 CITY PROJECT No. 00431 301 ALTA MESA BOULEVARD A. RHODES SURVEY, ABSTRACT No. 1319 EXHIBIT "A" Being a 30.0' Permanent Sanitary Sewer Easement situated in the A. Rhodes Survey, Abstract No. 1319, City of Fort Worth, Tarrant County, Texas, said 30.0' Permanent Sanitary Sewer Easement being out of a 21.815 tract of land described as Tract 2 deeded to Chesapeake Exploration Limited Partnership as recorded in County Clerk's File No. D207214123 of the Deed Records of Tarrant County, Texas, said 30.0' Permanent Sanitary Sewer Easement being more particularly described by metes and bounds as follows: COMMENCING at a 5/8 inch iron rod with cap stamped "RPLS 5574" found for the most northerly southeast corner of a tract of land described as Tract 3 deeded to Tim Paul Harper as recorded in Volume 12987, Page 212 and Volume 4990, Page 303 of said Deed Records of Tarrant " County, Texas, said 5/8 inch iron rod with cap stamped "RPLS 5574" being the most easterly northwest corner of a 16.918 acre tract of land (by deed) deeded to Chisom Investment & Management Group, Inc. as recorded in County Clerk's File No. D204218597 of said Deed Records of Tarrant County, Texas and being further described as Tract Two, said 5/8 inch iron rod with cap stamped "RPLS 5574" also being in the south line of said Tract 2, from which a 5/8 inch iron rod found for the northeast corner of said Tract Two bears South 89 degrees 56 minutes 13 seconds East, a distance of 302.09 feet, said 5/8 inch iron rod being in the south line of said Tract 2 and from which a 5/8 inch iron rod with cap stamped "RPLS 5574" for the southeast corner of said Tract 3 bears South 16 degrees 33 minutes 43 seconds West, a distance 22.00 feet; THENCE North 89 degrees 56 minutes 13 seconds West, with the south line of said Tract 2 and with a north line of said Tract 3, a distance of 12.12 feet to the POINT OF BEGINNING of the herein described 30.0' Permanent Sanitary Sewer Easement; r THENCE North 89 degrees 56 minutes 13 seconds West, with the south line of said Tract 2 and with the north line of said Tract 3, a distance of 30.95 feet to a point for corner_ THENCE North 14 degrees 17 minutes 49 seconds East, a distance of 91.03 feet to a point for corner in the northerly line of said Tract 2, said point also being in the southerly right- of-way line of Alta Mesa Boulevard (a variable width right-of-way): THENCE North 63 degrees 58 minutes 34 seconds East, with the northerly line of said Tract 2 and with the southerly right-of-way line of said Alta Mesa Boulevard, a distance of 40.37 feet to a point for corner: THENCE South 16 degrees 45 minutes (X) seconds West, a distance of 18.21 feet to a point for corner: Page 1 of 2 PROJECT: CONTRACT 55, PART 2 M-260 PARCEL No. 4 CITY PROJECT No. 00431 301 ALTA MESA BOULEVARD A. RHODES SURVEY, ABSTRACT No. 1319 THENCE South 14 degrees 17 minutes 49 seconds West, a distance of 91.35 feet to the POINT OF BEGINNING, and containing 3,005 square feet or 0.069 acres of land, more or less. NOTE: Bearings referenced to the City of Fort Worth M-260 Sanitary Sewer Project control, with controlling monuments for each tract shown hereon. Date: December 12, 2008 Curtis Smith Registered Professional Land Surveyor No. 5494 OF TF+ CtlRIIS SMITH .............. 5494 Page 2 of 2 i EXHIBIT "B " PARCEL No. 4 A. RHODES SURVEY ABSTRACT No. 1319 �� �d �'���yl Vie► / 1 ,/r VICINITY MAP Q` ' LINE TABLE I LINE BEARING DWANCE L- I S 16 33'43W 22:00' L-2 N OW5813"IN 12.12' L-3 N 89'S6'131V 30;95' L-4 N I V 17'49'E 91'03' 1 L-5 N 63`56`34 I 40,37' I L-6 s IC45.00 1 19.21` L-7 S 14'17`49 91.35' ._;:._.: 30.0' PERMANENT I .,; SANITARY SEINER EASEMENT69AC.i ' REMAINDER TIE M PPAAUL WJ PEIi 3 I 3.003 SA.FT. OR D.Ob9 AC 1 VOLUME 12987. PAGE 212 ;;.:;;{ VOLUME 4"0, PAGE 303 /� TRACT 2 O.R.T:C,T, ' i f l* 21.815 ACRES (BY DEED) l� S CHESAPEAKE EXPLORATION UNITED PARTNERSHIP C.C.F. NO. D207214123 4 /.. D.R T:C.T. Q ► �PDERry L-2 PROPERTY LINE FND 5 8111 r _ r S SWS6.13'E�i _ � 302.0V ' IT- / '�C ► L_1 P. 0. C. I / FNO 5/1310 W%GIP STAMPED "RPL5 5574' L+ �+ I-D FND S/8'IR W/CAP I STAMPED 'RPLS 5574" / # TRACT ONE TRACT TWO I Q / CH1504 NrYESTMENT do I 16.918 ACRES (H1 DEED) I Q a MANAGEMENt GROST. INC. I I I C.C.F. NO. 02042VB5137 / CHIGEM NVESTTI p. N O / D.R.T.C.T. / MANAGEMENT ,GROUP, 97 C:C_F N0. D2Dt218597 F EASEM G. HERRERA SURVEY � SEWER EN ABSTRACT No. 2027 $'� RoPERrr I / w 1IMO1lE PROPERTY MAP AND LOCATION OF EASEMENT 60 30 0 60 NOTE; WARM REFERENCED 70..THE CITY OF FORT WORTH M-260 SANITARY SEMIFR PROJECT CONTROL. WRH CONTROl7m MOM MIDn FOR EACH TRACT SHOW HEIMON.I1 SCALE IN FEET City of Fort Worth 1000 THROC1010R1oN STREET FOORT WORTH. TOM 7002 7. 30.0' PERMANENT SANITARY SEWER EASEMENT �E OF X P•OUT OF A TRACT OF (AND SITUATED W THE ..• ................. ` A. °RHODES SURVEY, ABSTRACT No. 1319 .CURTIS SM1T RECORDED IN COUNTY CLERK'S FILE N0. D207214123 . ........ OF THE DEED RECORDS OF TARRANT COUNTY. TEXAS PROJECT: CONTRACT 55. PART 2 M-260 ICITY PROJECT NO. 00143 EASEMENT ACOU19TION AREA 3,005 SQUARE FEET OR 0.069 ACRES C)JRTIS SMI JOB NO. 0203-1346 ORAM�►� BY; T.T.W. CAM FXF- 1348 NEW ESMT M=260.DWG w.enc.. PROFE"3SilO AL NAND SURVEYOR DATE: OECEAIBER 12. 2'008 � pAGE i OF 1 SCALE i' m 80' NO. 5494 GORRON001, A & ASSOCMTES. 8707 BRENTWOOD STAIR' ,SUITE 80 FORT WORTH, TX. 781112 - 817=495-1424 FAX 81.7-498-1766 By: r °tl •t1° 0 r Cyi e CITY OF FORT WORTH 8 RIGHT OF WAY & EASEMEMNT TEAM * r• .a°a re�rtl 8851 CAMP BOWIE BLVD, 3RD FL FT WORTH TX 76116 Submitter: CITY OF FORT WORTH/RIGHT OF WAY AND EASEME SUZANNE HENDERSON TARRANT COUNTY CLERK TARRANT COUNTY COURTHOUSE 100 WEST WEATHERFORD FORT WORTH, TX 76196-0401 DO NOT DESTROY WARNING - THIS IS PART OF THE OFFICIAL RECORD. Filed For Registration: Instrument #: D209063216 03/09/2009 02:10 PM D209063216 E 8 PGS $40.00 ANY PROVISION WHICH RESTRICTS THE SALE, RENTAL OR USE OF THE DESCRIBED REAL PROPERTY BECAUSE OF COLOR OR RACE IS INVALID AND UNENFORCEABLE UNDER FEDERAL LAW. Printed by: DS f 40 .. Project Name: Contract 55 Part 2 M-260 Parcel #5 City Project No. 00431 Alta Mesa Boulevard, Fort Worth, Texas STATE OF TEXAS § § COUNTY OF TARRANT § AEA # 54,2 4 r 6 KNOW ALL MEN BY THESE PRESENTS CITY OF FORT WORTH PERMANENT SEWER FACILITY EASEMENT DATE: �Irfw� Xq .2009 GRANTOR: CHESAPEAKE LAND DEVELOPMENT COMPANY, L.L.C. m C O �y 'no r j Ci 'TJ ni err, -tom Flo 1 c� GRANTOR'S MAILING ADDRESS: 6100 N. WESTERN AVENUE OKLAHOMA CITY, OKLAHOMA 73118-10" GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS: 1000 THROCKMORTON ST. FORT WORTH, TARRANT COUNTY, TX 76102 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. PROPERTY: Being a 30.0' Permanent Sanitary Sewer Easement situated in the A. Rhodes Survey, Abstract No. 1319, and the J. Ashbury Survey, Abstract No. 47, City of Fort Worth, Tarrant County, Texas, said 30.0' Permanent Sanitary Sewer Easement being out of a 39.099 tract of land (by deed) described as Tract 1 deeded to Chesapeake Exploration Limited Partnership as recorded in County Clerk's File No. D207214123 of the Deed Records of Tarrant County, Texas, said 30.0' Permanent Sanitary Sewer Easement being more particularly described in Exhibits "A" and "B". Grantor, for the consideration paid to Grantor and other good and valuable consideration, hereby grants, sells, and conveys to Grantee, its successors and assigns, an exclusive, perpetual easement for the construction, operation, maintenance, replacement, upgrade, and repair of a Permanent Sewer Line Facility, hereafter referred to as 'Facility'. The Facility includes all incidental underground and aboveground attachments, equipment and appurtenances, including, but not limited to manholes, manhole vents, lateral line connections, pipelines, junction boxes in, upon, under and across a portion of the Property and more fully described in Exhibit 'A' attached 'hereto and incorporated herein for all pertinent purposes, together with the right and privilege at any and all times to enter Property, or any part thereof, for the purpose of constructing, operating, maintaining, replacing, upgrading, and repairing said Facility. In no event shall Grantor (1) use the Property in any manner which interferes in any material way or is inconsistent with the rights granted hereunder, or (Il) erect or permit to be erected within the easement property a permanent structure or building, including, but not limited to, monument sign, pole sign, billboard, brick or masonry fences or walls or other structures that require a building permit. However. Grantor shall be permitted to maintain any existing concrete driveway or road on the Property. Grantee shall be obligated to restore the surface of the Property at Grantee's sole cost and expense, including the restoration of any sidewalks, driveways, or similar surface improvements located upon or adjacent to the Easement Tract which may have been removed, relocated, altered, damaged, or destroyed as a result of the Grantee's use of the easement granted hereunder. Provided, however, that Grantee shall not be obligated to restore or replace irrigation systems or other improvements installed in violation of the provisions and intended use of this Easement. T4 HAVE AND T4 HOLD the above -described easement, together with all and singular the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns forever; and, subject to matters of record, Grantor does hereby bind itself and its successor and assigns to warrant and forever defend all and singular the easement unto Grantee, its successor and assigns, against every person whomsoever lawfully claiming or to claim the same, or any part thereof. - When the context requires, singular nouns and pronouns include the plural. .. GRANTOR: Chesapeake Land Development Company, L.L.C. By: Henry J. Hood, Se ' ice President - Land and Legal & General Counsel GRANTEE: City of Fort Worth Fernando Costa Assistant City Manager APPROVED AS ORM AND LEGALITY A is ity At Alis ACKNOWLEDGEMENT STATE OF OKLAHOMA § COUNTY OF OKLAHOMA § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Oklahoma, on this day personally appeared Henry J. Hood, Senior Vice President — Land and Legal & General Counsel of Chesapeake Land Development Company, L.L.C., known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of Chesapeake Land Development Company, L.L.C., an Oklahoma limited liability company and that he/she executed the same as the act of said limited liability company for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this a day of ,. J , 2009. no � 0w ft . 0WA91 Notary Pudic in�//nd fpr� the State of Oklahoma Printed Name: 4� f'� cJi FYI 1 }`1 c r�S as My commission expires: ---------------- � W p KATHY M.� rMfRES�s I Mt - I Notary Ptrbiit ; # 000205ta. COR1T;SSfoit � a`Oklaharsa i _________ 59D Expires 12/19H7i no sw so no 40 .. ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared Fernando Costa, Assistant City Manager of the City of Fort Worth, known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of the City of Fort Worth and that he/she executed the same as the act of the City of Fort Worth for the purposes and consideration therein expressed and in the capacity therein stated. % GIVEN UNDER MY HAND AND SEAL OF OFFICE this t0 day of , 2t)f, HET11E LANE i - �i'.c -� - .•,v ',1F.1611�51(iN E*PWRES i . .4 x.2011 Notary Public in andior the State of Texas M&C: DATE 31U)05 AGENT.__ DOE # K. -s rYN v'c,-4-N PROJECT: CONTRACT 55, PART 2 M-260 PARCEL NO. 5 ` CITY PROJECT NO 00431 ALTA MESA BOULEVARD A. RHODES SLJRVEY, ABSTRACT No. 1319 _+ J. ASHBURY SURVEY, ABSTRACT NO.47 EXHIBIT "A" w Being a 30.0' Permanent Sanitary Sewer Easement situated in the A. Rhodes Survey, Abstract No. 1319, and the J. Ashbury Survey. Abstract No. 47, City of Fort Worth, Tarrant County, Texas, said 30,0' Permanent Sanitary Sewer Easement being out of a 39.099 tract of land (by deed) described as Tract I deeded to Chesapeake Exploration Limited Partnership as recorded in County Clerk's File No. D207214123 of the Deed Records of Tarrant County, Texas, said 30.0' Permanent Sanitary Sewer Easement being more particularly described by metes and bounds as follows: BEGINNING at a 5/8 inch iron rod with cap stamped " RPLS 5574" found in the south line of said _ Tract 1, said 5/8 inch iron rod with cap stamped "RPLS 5574" being in the north line of Alta Mesa Boulevard (a variable width right-of-way) from which a 1/2 inch iron rod with cap found for corner in the south line of said Tract I bears South 72 degrees 25 minutes 21 seconds West, a distance of 42.14 feet; THENCE North 16 degrees 45 minutes 00 seconds East. a distance of 14.83 feet to a point for corner; THENCE North 13 degrees 36 minutes 10 seconds East, a distance of 867.89 feet to a point for corner; THENCE North 62 degrees 15 minutes 54 seconds East, a distance of 1178.83 feet to a point for corner; THENCE North 15 degrees 51 minutes 25 seconds East, a distance of 55.69 feet to a point for corner in the north line cif said 39.099 acre tract of land, said point being in the south line of a 16.774 acre tract of land (by deed) described as Tract 1 deeded to Texas Midstream Gas Services. LLC as recorded in County Clerk's File No. D207208530 of said Deed Records of Tarrant County, Texas, from which a 5/8 inch iron rod with cap stamped "MUSTANG" found for the northwest corner of said 39.099 acre tract of land bears North 89 degrees 38 minutes 32 seconds West, a distance of 986.32 feet; THENCE South 89 degrees 38 minutes 32 seconds East, with the north line of said 39.099 acre tract of land and the south line of said 16.774 acre tract of land, a distance of 31.13 feet to a point for corner; THENCE South 15 degrees 51 minutes 25 seconds West, a distance of 76.87 feet to a point for corner; Page 1 of 2 PROJECT: CONTRACT 55, PART 2 M-260 PARCEL NO. 5 CITY PROJECT NO 00431 ALTA MESA BOULEVARD A. RHODES SURVEY, ABSTRACT No. 1319 r .1. ASHBURY SURVEY, ABSTRACT NO.47 •f• THENCE South 62 degrees 15 minutes 54 seconds West, a distance of 1178.12 feet to a point for corner; THENCE South 13 degrees 36 minutes 10 seconds West, a distance of 850.49 feet to a point for comer in the south line of said 39.099 acre tract of land, said point being in the north right-of-way line of said Alta Mesa Boulevard, from which a 5/8 inch capped iron rod we found for comer in the south line of said 39.099 acre tract of land bears North 72 degrees 25 minutes 21 seconds East, a distance of 983.53 feet; Im THENCE South 72 degrees 25 minutes 21 seconds West, with the south line of said 39.099 acre tract of land and the north right-of-way line of said Alta Mesa Boulevard, a distance of 36.02 feet to the POINT OF BEGINNING, and containing 63.339 square feet or 1.454 no acres of land, more or less. am i No w s NOTE: Bearings referenced to the City of Fort Worth M-260 Sanitary Sewer Project control, with controlling monuments for each tract shown hereon. Date: December 12, 2008 Curtis Smith Registered Professional Land Surveyor OF r No. 5494 g y . ,�p'�,...t r ..................:... CURTIS SMITH ....... ............. Page 2 of 2 no VICINITY MAP I LWHIBI T "B " PARCEL No, 5 MATCH LINE "A" 01 ,4� } � G r P��4P �a Jb O MID 0 ! 0 ! SURVEY. LINE _ L-2 U \o P.O.B. / FWD 5/8'iR W/ CAP STAMPEDRPLS 5574574' 'r�NO *ItiG (j�{� TABLE UNE 6 NG DISTANCE L-1 S 72'25721'W 42.1.4' L-2 N i 6.45'o0E 14,83' L-3 N IV51'25E 65.5V L-<4 S SWM32 E 31. L-5 S I5'51'25'W 76.1- L 6_ S 7r25'21.)N M-02' 30.0' PERMANENT SANITARY SEWER EASEMENT 63,339 SOFT. OR 1.454 AC ! k-J'' WHOLE PROPERTY YAP AND LocATION OF EASEMENT I� . _ — - --- - -- yg3'�.�'� A fir Q` 1 4Q M'M1D � Q'P�D w I NOTE. BEARINGS RUEREICED TO THE CRY OF FORT WORTH M-260 SANRARY . SEWER r� PROJECT CONTROL, WITH CONTROLLING MOWk"M FOR EACH TRACT SHOW HEAEON.1 m wlo�aw a ,. No r 100 50 0 100 SCALE IN FEET City of Fort Worth I= THROCIWORTON STREET • FORT M1ORTIM. TEXAS 78102 EXHOT SHOW C A 30:0' PERMANENT SANITARY SEWER EASEMENT OUT OF A TRACT OF L" STTLMA o IN'THE A. RHODES SURVEY, ABSTRACT No- 1319 & J. ASHBURY SURVEY ABSTRACT No. 47 RECORDED IN COUNTY CLERK'S FILE NO, D207214123 OF THE DEED RECORDS OF TARRANT COUNTY, TEXAS PROJECT. CONTRACT 55. PART 2 M-260 CITY PROJECT NO. 00143 wMENT A�WSITION AREA 61339 SOUARE FEET 1.4454 AMES NO. 0203-13i8 DRAWN BY. T.T.M. CARD FILE; 1348 NEW ESMT W-260:0MIG DATE: OECEMOR ,2..7006PACE 1 OF 3 SCAle 1` - low GORFAMOONL h ASSOCIATES. ¢707 BREN IDD STAIR I 0M.'7MM 50 FORT *ORT#4. TX: 7.61,12 CURTIS SMITH .r.............. 1- CURIES SMITH REGISTERED PROFESSIONAL LAND SURVEYOR N0 5494 • 811-4"-1424 FAX 817-496-1.708 am .. w aw so .o s wo r mv ow a ON we VICINITY MAP I / rd. 0 U VIT / ,;1/ flIti• Q EXHIBIT 39B " PARCEL No. 5 M Ir. _m 30.0' PERMANENT SANITARY SEWER EASEMENT 63.332 SOFT. OR 1.454 AC. TRACT 1 39.099 ACRES (BY DEED) CHESAPEAKE EXPLORATION UNITED PARTNERSHIP C.CX. No, D207214123 D.RT.C.T. _SEWER EASEMENT WHOLE PROPERTY MAP AND LOCATION OF EASEMEW MATCH LAVE "A" NOTE: 9T'/ PMO MUMCM TO THE -CITY OF FORT T'JORTH M-260 SANTfAiTY SEWEA PROJECT CONTROL. WfTH CONTROUJNO MONNUWM FOR .EACH TRACT SHOYI9T HEREON:11 wA A � o r ,S4 -3. ,4p 100 so 0 100 SCALE IN FEET City of Fort Worth 1000 THROCKMOMON STREET • FORT WORTT/. TEXAS 76102 EXHIBIT SHOWING 30.0' PERMANENT SANITARY SEWER EASEMENT OF t OUT OF A TO= of tANO � ••,•'� + Y S uaw q1 THE % • v h v� A. RHODES SURVEY, ABSTRACT No. 1319 �` ` """"" �uRrlON Jl. ASHBURY SURVEY, ABSTRACT No. 47 s ...... RECORDED IN COUNTY CLERH `FILE N0: b207214123 5494 w` OF 1:1E DEED RECORDS OF TARRANT COUNTY. TEXAS PROJECT: 'CONTRACT 55. PART 2 M-260 I CITY PROJECT NO. 00143 EASEMENT ACQUISITION AR" 61339 SQI ARE FEET OR' 1.454 ACRES CURTIS SMITH JOB NO. 0203-13" Q BY: T;TLY. GADO FU E: 1346 NEW BUT M-260.OWC � O � IJ1N0 SURVEyOR OATS DECEMI" 12. 2008 PAGE 2 OF .3. ICALEi 1" - 100' . NO."5494 GORRONDONA h ASSOCIATES,_ INC. 5707 BRFMTYl000 51AiR SUITE 50 FORT`WQRK TX., .78112 • 817-495-1424 FAX 617-496=1766 9 am cr 0- PARCEL No. 5 16.774 ACRREST (Y F>EEf1) r eq TEXAS MIDSTREAM GAS SER171QES. LLG ' 70 / C.C.F W. 0207206530 r r DA.T T_ L--4 I N 89'38'32W 186.32' r FND 5/5-1 rPROPERTY ONE r jr W%CAP STAMPED ;ift S 89'36' 'MUSTANG' 3, 126.77' TRACT 1 39.099 ACRES (BY DEED) CHESAPEAKE EXPLORATION LIMITED PARTNERSHIP C.C.F. NO. 0207214123 D.R.T.C.T. VICINITY MAP 30.0' PERAf1WENT SANITARY SEWER EASEMENT 544 11C 53.3M SOFT. OR 1.4 4,� WHOLE PROPERTY MAP AND LOCATION OF EASEMENT NOTE: BEARINGS REFERENCED 1T7 7HE.. CITY OF FORT W M Y-260 SANRARY SEWER. PROJECT CONTROL. V M CCNTR%k*4 .MONUMENTS FOR FJ1CN tR/ICT SFIOMIN MEREG41 OEM UNE am;AB ANCE L T S 72'25'21'W 42.14' L-2 N 16'dS'DO"� 14,�1 L-3 N t'SS4'2b 55. 9' L-4 5 6938'327E 31.13' L-S 5 W5l'25'W 76.87' L-6 S 72'25'21 "W 36.02' mPTv Ulf E1 1DO 50 0 100 SCALE IN, FEET City o F Fort Worth rth loop IHROCl moff ON STREET • FORT WORTH, TEXAS 7510.2 E11H11MT SFIDWM c A 30.0' PERMANENT SANITARY SEWER EASEMENT OUT OF A TRACT OF LAND SITUATED IN THE A. RHODES SURVEY, ABSTRACT No. 1319 & J. ASHBURY SURVEY, ABSTRACT No.. 47 RECORDED IN COUNTY CLERKS FILE NO. D207214;12Z OF THE DEED RECORDS OF TARRANT COUNTY. TEXAS PROJECT: "CONTRACT 55. PART 2 M-260" 1 "CITY PROJECT NO. 001.,43 EA$ �iEIVT ACOU TTON AREA 63.330 SQUAPE FEET OR 1.454 ACfiS J08 N0. 0203 13d6 DRAMMI. 9Y: T:T.IM. FlI E: 3+48 NEW OUT W-260A1't6 DATE: DECEM94R 12, 2008 PACE 3 OF 3_ 1' - 1DO' GORRaf'IDONA * ASSOCIUM : 6707 SRENMIO00 -STIyR SWM 50 TORT MRTK TX. 76112 .w r�cww PROFESSIONAL LAND SURVEYOR N% '64114 817-490-1424 FAX.817-496-1768 r U By: CITY OF FORT WORTH RIGHT OF WAY & EASEMEMNT TEAM 8851 CAMP BOWIE BLVD, 3RD FL FT WORTH TX 76116 Submitter: CITY OF FORT WORTHIRIGHT OF WAY AND EASEME SUZANNE HENDERSON TARRANT COUNTY CLERK TARRANT COUNTY COURTHOUSE 100 WEST WEATHERFORD FORT WORTH, TX 76196-0401 DO NOT DESTROY WARNING - THIS IS PART OF THE OFFICIAL RECORD. Filed For Registration: Instrument #: D209063217 03/09/2009 02:10 PM D209063217 E 10 PGS $48.00 ANY PROVISION WHICH RESTRICTS THE SALE, RENTAL OR USE OF THE DESCRIBED REAL PROPERTY BECAUSE OF COLOR OR RACE IS INVALID AND UNENFORCEABLE UNDER FEDERAL LAW. Printed by: DS Contract LV (55) — Part 2 Parcel # 6 / ROE # 1 Doe # 5434/ WO# N/A / P258-708170043183 Lot 17, Block 12, Hallmark Addition 344 Hallmark Drive CITY OF FORT WORTH • TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT § That the undersigned, hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as Block 17, Lot 12, Hallmark Addition as shown on the deed recorded in Document Number 208101179 Tarrant County Deed _ Records and plat recorded in Cabinet 388-21 Page 53 Tarrant County Plat Records, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of cleaning, rehabilitation, renlacine, or constructing a sanitary sewer or sanitary sewer manhole. Upon execution of this agreement, Grantor will grant Grantee and its contractor's access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, am representatives, or contractors to access the aforementioned property. TO HAVE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was in immediateiy prior to .. accessing the Property under this Right of Entry. EXECUTED this the e," �xay of , 200_9. .Ab GRANTOR: (Please Print) (Signature) Authorized Title) w TEMPORARY RIGFrr OF ENTRY Rev. 612007 J No .. ow PROPOSED 36" SANITARY SEWER ALE: 1" = 80' �`-- EXIST SS / TO BE ABANDONED I I 1 LLI . 1. I Uj •J X I 1 1 ! 1 EXIST SS 1 1 ! 1 i 1 . TEMPORARY RIGHT OF ENTRY CITY PROJECT NO.00431 DOE NO.5434 SEWER PROJECT NO. P258-708170043183 SEWER MAP NO. 2048-356 MAPSCO MAP NO. 31 W EXIST SSMH TO BE ABANDONED PARCEL #6 ROE #1 DUNAWA 1501 Modnm CLda • 3tt1a 100 " Fort Vlaft 1X 76107 Tat 317-335-1121 • F= 817-335-7437 Contract LV (55) —Para 2 Parcel 0 7 / ROE 0 2 Doc # S3341 W04 N/A / 11258-7081700431 tt3 Lot 17, Block 13,11allmark Addition 348 Hallmark Drive CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNONY ALL BY THESE PRESENTS COUNTY OF TARRANT § =y That the undersigned, hereinafter referred to as "Grantor", does by these presents grunt and convey to the City of Fort 'Worth, -M, herein after referred to as "Grantee" a temporary right of entry onto property described as Block j2, Lot 11. Hallmark Addition as sho"n on the dccd recorded in Document Number 199145794 Tarrant County Deed Records and plat recorded in Cabinet 8-2 1 Page 53, Tarrant County Plat Records, Fort North, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of ctcanine, rehabilitation, ret,lacine. or constructing a snnimry sciver or sanitary server rnanhole. Upon execution of taus agreement, Grantor will grant Grantee and its contractor's access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grurtec, at which time the above described temporary right of entry becomes void. No go w This Right of Entry shall include the right of Grantee and its employees, agcnts, representatives, or contractorslo access the aforementioned property. TO HAVE AND TO HOLD the above described right of entry, together .vith all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore; the Property to the condition it was in intmedintely prior to accessing the Property under this Might of Entry. EXECUTED this the �� day of - ;_ i.rA%1 200 r4 GRANTOR: bAle- (Please Print) owN P,- (Author'ucd Title) 1EN MIRARY,t,GHTof ENTRY key NMI {Signature} r r a1w ow i �1 \Y� x\ • YY PROPOSED Ur SANITARY SEWER \ Yx !trALE:1` = W y EXIST SS TO BE ABANDONED ,o+l EXISTSSMH kr 7, z }F *"°3 •• . ;• ` TO BE ABANDONED Sr'r. I -21 ......... -- TEMPORARY RtGKr OF ENTRY CITY PROJECT NO.00431 DOE NO.5434 SEWER PROJECT NO. P2%706170W3t83 SEWER MAP NO.2D48-3W I,AAPSCO MAP MO.91W PARCEL #i7 ROE #2 �W D WA 1601 Mad" o cods • k" 100 • "9.tM iX 76107 Lk 511346'1121 9 Fne 417:33b7U7 r0 Contract LV (55) — Part 2 Parcel # 9 / ROE # 4 Doe # 5434/ WON N/A / P258-708170043183 Tract 2, A-1319, A. Rhodes Survey 301 Altamesa Blvd CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT § That the undersigned, hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as Tract 2, A-1319, A. Rhodes Survey as shown on the deed recorded -in Document Number 207214123 Tarrant County Deed Records, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of cleanine, rehabilitation, replacing. or constructina a sanitary sewer or sanitary sewer manhole. Upon execution of this agreement, Grantor will grant Grantee and its contractor's access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HAVE AND TO HOLD the above described right of entry, together with all and am singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was in immediately prior to accessing the Property under this Right of Entry. EXECUTED this the a..4l.day of _r'//,914 2009. GRANTOR: Chesapeake Land Development Company, L.L.C., an Oklahoma limited liabili mpany By. !� Henry J. Hood, Senior V e resident — Land and Legal & General Counsel TEMPORARY RWkrr OF ENTRY Rev. 6/M 10 Contract LV (55) — Part 2 Parcel # 10 / ROE # 5 Doe # 5434/ WO# N/A / P258-708170043193 Tract 1, A-47, J. Alsbury Survey & A-1319, A. Rhodes Survey 301 Altamesa Blvd CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY RY wo STATE OF TEXAS § KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT § That the undersigned, hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as Tract 1, A-47, J. Asbury Survey & A- ., 1319, A. Rhodes Survey as shown on the deed recorded in Document Number 207214123 Tarrant County Deed Records, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of cleaning. rehabilitation, replacing. or constructine a sanitary sewer or sanitary sewer manhole. Upon execution of this agreement, Grantor will grant Grantee and its contractor's access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, -- representatives, or contractors to access the aforementioned property. TO HAVE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was in immediately prior to accessing the Property under this Right of Entry. EXECUTED this the 14KAay of NtAk yGt.o , 2009. GRANTOR: Chesapeake Land Development company, L.L.C., an Oklahoma Iimited liabiliWcom y By: / Henry J. Hood, Senior Vice sident — Land and Legal & General Counsel TEMPORARY R16trf OF ENTRY Rev_ 62007 Contract LV (55) - Part 2 Parcel # 11 / ROE # 6 Doe # 5434/ WON N/A / P258-708170043183 Tract 1, A47, J. Asbury Survey Old Hemphill Road CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § -' & KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT § That the undersigned, hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a MW temporary right of entry onto property described as Tract 1, A-47, J. Asbury Survey as shown on the deed recorded in Document Number 207208530 Tarrant County Deed Records, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of cleaning. rehabilitation, replacing, or constructing a sanitary sewer or sanitary sewer manhole. Upon execution of this agreement, Grantor will grant Grantee and its contractor's access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, -■ representatives, or contractors to access the aforementioned property. TO HAVE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was in immediately prior to accessing the Property under this Right of Entry. EXECUTED this the o2LkAjay of 2009. GRANTOR: Chesapeake Land Developmen ompany, L.L.C., an Oklahoma limited liab' ' company By: Henry J. Hood, Se6�tce President - Land and Legal & General Counsel TEMPORMY RWIff OF ENTRY Rev_ MAN NOTICE OF CONFIDENTIALITY RIGHTS: IF YOU ARE A NATURAL PERSON, YOU MAY REMOVE OR STRIDE ANN' OF THE FOLLOWING .. INFORMATION FROM THIS INSTRUMENT BEFORE IT IS FILED FOR RECORD IN THE PUBLIC RECORDS: YOUR SOCIAL SECURITY NUMBER OR YOUR DRIVER'S LICENSE NUMBER. CITY OF FORT WORTH d SANITARY SEWER EASEMENT "< ow THE STATE OF TEXAS }-:- , + W o LY } ..M• COUNTY OF TARRANT } _f ' %� �n -• r-t c o x THAT THE City of Fort Worth, as owner of a fee simple interestl in certain real property being described as a portion of Lot 1 of Southside Twin Addition, an addition to the City of Fort Worth, Tarrant County, Texas, as recorded in Volume 388-53, Page 77 of the Plat Records of Tarrant County, Texas, said Lot I being deeded to the City of Fort Worth as recorded in Instrument No. D207227920 of the Deed Records of Tarrant �- County, Texas, hereby expressly SETS APART AND RESERVES in, over, and through an easement to be used for the construction, operation, maintenance, replacement, upgrade, and repair of a Permanent Sewer Line Facility, hereafter referred .. to as "Facility". The Facility includes all incidental underground and aboveground attachments, equipment and appurtenances, including, but not limited to manholes, manhole vents, lateral line connections, pipelines, junction boxes in, upon, under and ,,. across a portion of the property and more fully descrihed in Exhibits "A" and "B", together with the right and privilege at any and all times to enter property, or any pan thereof, for the purpose of constructing, operating, maintaining, replacing, upgrading, and ,R repairing said Facility. . "The easement is reserved on the following described property SEE ATTACHED EXHIBIT "A" :AND SURVEY PLAT, EXHIBIT `•B" INCORPORATED HEREIN BY REFERENCE FOR ALL INTENTS AND PURPOSES TO HAVE AND TO HOLD the same perpetually unto the City of Fort Worth. its successors and asxir,ns forever LL WITNESS my hand this day of Carr L ?urJ) .. CITY OF FORT WORTH Fernando Costa Assistant City Manager APPROVED AS TO FOR,Ni AND LEGALITY. By: �t411tr� Assistant City Attorney S"fA'1'E OF'T'EYAS § COUNTY OF TARItANT BEFORE NNE, the undersigned authority, on this day personally appeared Fernando Costa, :assistant City Manager of the City of Fort Worth, known to me to be the person and officer whose name is subscribed to the foregoing instrument, and acknowledged to me that he executed the same as the act and deed of the City of Fort Worth, a municipal corporation of Tarrant County, Texas, for the purpose and consideration therein expressed and in the capacity therein stated. GINVEN L`N'DER MY HE NTI) AND SEAL OF OFFICE this day of ,o� F•'"y°`"�} MARIA S. SANCHEZ li;t�w �.. _.... e .._..._...._. bOa NOTARY PUBUC Public in and fur the State of �xas STATE OF TEXAS my comm. Exp. 12-14-2009 PROJECT: CONTRACT 55, PART 2 M-260 PARCEL NO. 12 CITY PROJECT NO.00431 6250 OLD HEMPHILL ROAD SOUTHSIDE TWIN ADDITION, BLOCK 1 EXHIBIT "A" Being a 35.0' Permanent Sanitary Sewer Easement being out of Lot I of Southside Twin Addition, an addition to the City of Fort Worth, Tarrant County, Texas as recorded in Volume 388-53, Page 77 of the Plat Records of Tarrant County, Texas, said Lot I being deeded to The City of Fort Worth as recorded in County Clerk's File No. D207227920 of the Deed Records of Tarrant County, Texas, said 35.0' Permanent Sanitary Sewer Easement being more particularly described by metes and bounds as follows_ COMMENCING at a 5/8 inch iron rod with cap stamped "SAM INC." found for the northeast corner of a 16.774 acre tract of land (by deed), being further described as Tract 1, deeded to Texas Midstream Gas Services, LLC as recorded in County Clerk's File No. D207208530 of said Deed Records of Tarrant County, Texas, said 5/8 inch iron rod with cap stamped "SAM INC." being in the west right-of-way line of Old Hemphill Road (a variable width right-of-way); THENCE North 89 degrees 33 minutes 37 seconds West, with the north line of said Tract 1, passing at a distance of 4.57 feet, a point for the southeast corner of said Lot 1, in all, a distance of 517.38 feet to the POINT OF BEGINNING of the herein described 35.0' Permanent Sanitary Sewer Easement, said point being in the south line of said Lot 1; THENCE North 89 degrees 33 minutes 37 seconds West, with the south line of said Lot 1 and with the north line of said Tract 1, a distance of 36.31 feet to a point for corner; THENCE North 15 degrees 51 minutes 25 seconds East, a distance of 146.20 feet to a point for corner; THENCE North 40 degrees 45 minutes 50 seconds East, a distance of 585.38 feet to a point for corner in the east line of said Lot 1, said point being in the west right-of-way line of said Old Hemphill Road; THENCE South 15 degrees 05 minutes 37 seconds East, with the east line of said Lot land with the west right-of-way line of said Old Hemphill Road, a distance of 42.29 feet to a point for corner from which a-5/8 inch iron rod with cap stamped "SAM INC." found for interior ell corner in the east line of said Lot I bears South 15 degrees 05 minutes 37 seconds East, a distance of 387.81 feet; THENCE South 40 degrees 45 minutes 50 seconds West, a distance of 553.92 feet to a point for corner; Page 1 of 2 Is PROJECT: CONTRACT 55, PART 2 M-260 PARCEL NO. 12 CITY PROJECT NO.00431 6250 OLD HEMPHILL ROAD SOUTHSIDE TWIN ADDITION. BLOCK 1 THENCE South 15 degrees 51 minutes 25 seconds West, a distance of 128.82 feet to the POINT OF BEGINNING, and containing 24,751 square feet or 0.568 acres of land, more or less. NOTE: Bearings referenced to the City of Fort Worth M-260 Sanitary Sewer Project control, with controlling monuments for each tract shown hereon. we no i a� a� Date: March 3.2009 Curtis Smith Registered Professional Land Surveyor No. 5494 Page 2 of 2 am ♦• L m WIT "B " 'CEL No. 12 N S 6 )A F� 'iif3; t EASTJJENT / *iOLE PROPERTY :MAP y' >';z j':' t AND LOCATIDN OF EASEMENT LOT i fTY OF FORT WORTH I.v:Y'r'y'�' " LOT 2 /� � eY.:�,yr,'� C.GF.No. D207227920 f;:•r f � t D.R.T.C.T. BLOCK 1 r SOUTHSIDE TWIN ADDITION � ' ► f VOLUME 388-53, PACE 77 1 y, / . r P.R.T.C.T: 35.0' PERMAPiEPdT SANITARY $FEVER FASEAIENT� r:•:. r r yyNr 24,751 SOFT. OR O-W AC. 1 FND 5/9 w/CAP ' art i } STAMPED 'SAM INC:' I h yf,' fiffS: ursi , " 100 50 0 100 P. ®.B , { SCALE IN FEET N e9.33.37'W PROPERTY UNE — N 89'33'37W J. ASBURY SURVEY ""'"W s"''a 36.31' ABSTRACT No. 47 TRACT 1 18.774 ACRES (SY DEED) ►' P. 0. C. NOTE BEARINGS REFERENCED TO THE CITY OF FORT WORTH W-290 TFXAS. MIDSTREAM GAS SETtYM ES, LLC FND 5/89R SA TARY SEWER PROJECT CONTROL, WITH CONTROLLING C.C.P. NO., 07,0720893D / W/CAP STAMPED MONUMENTS FOR EACH TRACT SHOWN HEREON. D.R.T.C.T. !! •SAM INC.' City of Fort Worth 1000 THROCKmoRTON STREET - FORT *oRTH. TuAS 75102 EXHIBIT ASHOWN4 OF 35.0' PERMANENT SANITARY SEWER EASEMENT ,a;A� �•','• OUT OF LOT 1, BLOCK 1, SOUTHSIDE TWIN ADDITION •-1•-• AS RECORDED IN VOLUME 388--53, PAGE 77 RTIS SMITH/ OF THE ...fy7:..�:�:"Xi -' PLAT RECORDS OF TARRANT COUNTY, TEXAS � PROJECT: CONTWj, 55. PART 2 M-260 - I CITY PROJECT NO. 00431 FP�EMFNT ACQUISITION AREA 24.751 SQUARE FEET OR 0.568 ACRES JOB N0. 0203-13" DRAWN BY: T.T.W. CADO ME: 1346 NEW ESA! M-260.OWG DATE Moreh 3; 2009 PAGE 1 OF 1 SCALE 1' = 100' GORRONDONA & ASSOCIATES. 6707 13RDOW000 STAIR 00m. S1ATE:5O FORT WORM, Tx: 76t12 s CURTIS SMITH''`- "�"�' w�Icncu PROFESSIONAL LAND SURVEYOR N0, 5494 817-496-1424 FAX 817-495-17W w! r By: •r root. rrw' c{�ui�r►` CITY OF FORT WORTH RIGHT OF WAY & EASEMENT TEAM . 8851 CAMP BOWIE BLVD, 3RD FL •o. FT WORTH TX 76116 Submitter: CITY OF FORT WORTH/RIGHT OF WAY AND EASEME SUZANNE HENDERSON TARRANT COUNTY CLERK TARRANT COUNTY COURTHOUSE 100 WEST WEATHERFORD FORT WORTH, TX 76196-0401 DO NOT DESTROY WARNING - THIS IS PART OF THE OFFICIAL RECORD. Filed For Registration: Instrument it: 04/13/2009 04:07 PM D209097438 E 6 PGS 11111111 IN hill 1111111111 dill 1111I 1111111111 IINI 1111IN D209097438 $32.00 ANY PROVISION WHICH RESTRICTS THE SALE, RENTAL OR USE OF THE DESCRIBED REAL PROPERTY BECAUSE OF COLOR OR RACE IS INVALID AND UNENFORCEABLE UNDER FEDERAL LAW. Printed by: DS .r r ow a r s a.r REPORTS GEO-TECH REPORT ow as 4M .fi do No mw REPORT OF GEOTECHNICAL EVALUATION i M-260 SANITARY SEWER REHABILITATION .. FORT WORTH, TEXAS so Prepared for: CITY OF FORT WORTH Fort Worth, Texas Prepared by: MACTEC Engineering and Consulting, Inc. Dallas, Texas October 2006 MACTEC Project No. 4900-06-1438-01 04MACTEC no um so October 19, 2006 4MACTEC so Mr_ Abe Calderon, P.E.,.Project Manager Engineering "Department City of Fort Worth .. 1000 Throckmorton Street Fort Worth, Texas 76102 ($17) 392-7949 Phone (817) 392-7834Fax Subject: Geotechnical Exploration M-260'Sanitary Sewer Rehabilitation Fort Worth, Texas MACTEC Project No. 4900-06-1438 Dear Mr. Attached is our geotechnical report for the referenced project. This report provides recommendations for pavement design and construction for the -referenced project. As your project progresses through the design and .construction phases, we recommend that you retain MACTEC Engineering and Consulting, Inc. to provide geotechnical and,construction materials engineering, _ testing, and inspection services for this project. It, has been a pleasure to perform this work for you. If you have: any questions regarding the information contained in this report or if we can be of additional assistance, please, call, Respectfully, MACTEC ENGINEERING & CONSUL r !d!!'cbti..`�+' ri4 efc+F i)rrs�u00w� � --� p' Tony Aljaser, P.E. , rN r l,ln ; JR esse E. Col-eman, Jr., P.E. vi t; i� G- i..,. .' Project Engineer ��+'�`- c•"t4V5YaYKoiKaSY:sO.«.�, principal Engineer r,, s� Distribution: Mr. Abe Calderon, P.E. �3 a mr MACTEC Engineering and Consufting 16650 Westgrove Drive, SuRe 600 • Addison, TX 75001 46"264100f e Fax. 469-8284110 www.mactec com .r No a. 04 no s aw a ai so so no us aw TABLE OF CONTENTS M-260 Sanitary Sewer Rehabilitation Fort Worth, Texas Page 1.0 PROJECT INFORMATION.........................................................................................................1 2.0 SCOPE OF SERVICES.................................................................................................................1 3.0 FIELD EXPLORATION.......................................................................................... .......1 4.0 LABORATORY TESTING...........................................................................................................2 5.0 SUBSURFACE CONDITIONS.....................................................................................................2 5.1 Site Geology..................................................................................................................................2 5.2 Stratigraphy ............................... 5.3 Ground Water Conditions..............................................................................................................3 6.0 ANALYSIS AND RECOMMENDATIONS................................................................................4 6.1 Excavation.....................................................................................................................................4 6.2 Pipe Supports/Bedding.................................................................................................................5 6.3 Filed Supervision and Density Testing..........................................................................................5 7.0 1,1IVIITATIONS..............................................................................................................................6 FIGURES Figure BoringLocation Plan..................................................................................................................................... I Logsof Borings............................................................................................................................ 2 through 5 Key to Symbols and Descriptions No W M-260 Sanitary Sewer Rehabilitation, Fort Worth, Texas October 19, 2006 GEOTECHNICAL EVALUATION M-260 SANITARY SEWER REHABIILITATION FORT WORTH, TEXAS 1.0 PROJECT INFORMATION The City of Fort Worth is making preparations for the design and construction of the M-260 Sanitary Sewer Rehabilitation in Fort Worth, Texas. The City's design consultant has requested borings at four locations to characterize the soil conditions along the sewer line. 2.0 SCOPE OF SERVICES Our services for this project were performed in general conformance with our Proposal No. PROP05FTWO.0051 dated August 9, 2006. The purposes of this geotechnical evaluation were to: • Explore the subsurface conditions at the site, • Characterize the subsurface soil and groundwater conditions. .� • Discussion of the groundwater conditions, along with their effect on sewer line construction. • Recommendations regarding proposed earthwork operations, including the use ofon-site materials as fill, fill placement, compaction, and recommended requirements for off -site borrow. 3.0 FIELD EXPLORATION wr A total of 4 borings were requested in accordance with the following schedule: Sta. 9+50 — 30', Sta. 25+50 — ,e 15', Sta. 32+50 — 20', Sta. 39+00 —15'. These borings were drilled within the project site area on September 15, 2006. The approximate boring locations are shown on the enclosed Boring Location Plan (Figure 1). All r borings were drilled to the depth requested or 10 feet into the underlying bedrock. A truck -mounted drill rig was used to advance the borings and to obtain samples for laboratory evaluation. Undisturbed specimens ofthe cohesive soils were obtained continuously to push -tube refusal or to a depth of 10 feet, whichever is deeper, using standard, seamless tube samplers. Im M4CTEC Engineering and Consulting, Inc. Report No. 4900-06-1438 Page 1 A/ M-260 Sanitary Sewer Rehabilitation, Fort Wortk Texas October 19, 2006 The samples were extruded in the field, logged, sealed and packaged to protect them from disturbance and to maintain their in -situ moisture contents during transportation to our laboratory. Sampling depths for the soil samples are presented on the Logs of Borings (Figures 2 through 5). �. Bedrock encountered in the borings was evaluated in the field by the Texas Department of Transportation Penetrometer (TxDOT Cone) tests. This test consists of determining the penetration ofa 3-inch diameter cone ' driven with an approximate energy equivalent of a 170-pound hammer falling 24 inches. The results of the as TxDOT Cone tests are recorded at the respective testing depths on the Logs of Borings. 4.0 LABORATORY TESTING The project geotechnical engineer examined the samples at our laboratory and revised the field classifications as necessary. Selected samples were subjected to laboratory tests under the supervision ofthis engineer_ The aw laboratory tests included Atterberg limits (ASTM D 4318), and moisture content determination (ASTM D 2216). 5.0 SUBSURFACE CONDITIONS A brief description of the conditions that were encountered in the borings is presented below. A more detailed description of the subsurface conditions is presented on the attached Logs of Borings. It should be noted that - the boundaries between the various soil types are approximate and may vary. In addition, the depths shown on the Boring Logs refer to the depths from the ground surfaces that were present at the time of the field exploration program. 5.1 Site Geology The site is located in an area underlain by the Pawpaw Formation, Weno Limestone, and Denton Clay undivided. These formations generally consist of highly plastic residual clays overlying massive gray limestone at depth. At this site, the formation consists of a variable depth of active clay soils underlain by gray limestone. .60 r MACTEC Engineering and Consulting, Inc. Report No. 4900-06-1438 Page 2 MW .e ad M-260 Sanitary Sewer Rehabilitation, Fort Warthx Texas October 19, 2006 5.2 Stratigraphy Fill material to depths of 2 to 6 feet were encountered in all borings. In Borings B-I and B-2, the fill consists of hard yellowish brown gravelly clay to a depth of 2 feet. Beneath this fill is hard yellowish brown and gray shaley clay to a depth of 4 feet. Underlying this shaley clay is gray limestone extending to the maximum 15 foot depth explored in Borings B-1 and B-2. In Borings B-3 and B-4 the fill material consists of hard dark to yellowish brown gravelly clay, with gravel and asphalt, to a depth of 6 feet. Beneath this fill is tan weathered limestone extending to depths of 11 to 12 feet. Underlying the weathered limestone and extending to the maximum 15 to 20 foot depths explored in Borings B-3 and B-4 is gray limestone. The dark to yellowish brown gravelly clay fill, with gravel and asphalt, exhibited liquid limits (LL) ranging "' from 43 to 54 percent, plastic limits (PL) varying from 22 to 24 percent, and corresponding Plasticity Indices (PI) ranging from 20 to 30 percent. In -situ moisture contents of the clay ranged from 3 to 17 percent. The •• yellowish brown and gray shaley clay has LL values of 70 and 72 percent, PI values of 27 and 28 percent, and PI values of 42 and 45 percent. In -situ moisture contents varied from 13 to 18 percent 5.3 Ground Water Conditions .. All borings were drilled using continuous flight auger methods which allow measurement of groundwater during or after completion. Ground water seepage was not encountered and all borings were dry at completion of drilling. An accurate determination of the uppermost water bearing zone would require the installation of ground water r monitoring wells and a water level monitoring program extending over several days. The presence and amount of ground water will fluctuate seasonally due to variations in the amount of precipitation, infiltration and evaporation. The evaluation of the potential presence of pollution or contaminants in the soil or ground water at this site is beyond the scope of this project MW wo MACTEC Engineering and Consulting, Inc. Report No. 4900-06-1438 Page 3 Mo M-260 Sanitary Sewer Rehabilitation Fort Worth, Texas October 19, 2006 r 6.(0 ANALYSIS AND RECOMMENDATIONS 6.1 Excavation The overburden clay soils can be excavated by conventional methods including the use of backhoes, .+ bulldozers, track or wheel loaders and scrapers. Excavations for the utilities are anticipated to extend up to 30 feet below existing grade. The overburden fill and clay soils can be excavated by conventional methods including the use of large backhoes, bulldozers, track or wheel loaders and scrappers. Excavations into the tan weathered limestone and gray limestone will require considerably more effort than the overburden soils and will generally require the use of line drilling and/or breaker hoes. The till and residual clays at this site are capable of standing on relatively steep slopes for short periods of time. ' However, they are subject to erosion, desiccation and creep in the long term. These conditions can result in instability during construction, primarily in the form of shallow "skin slides". As a result, excavations must be +� sloped or braced. r Groundwater could be encountered during construction in joints in the clays, the clay layers in the weathered limestone, and/or along the surface of the weathered/un-weathered limestone interface. This water can .. generally be handled during construction by sump pumping. Based on conditions encountered in the borings, seepage is expected to be minimal and to decrease with time. Stockpiling of spoil material should be a minimum of one-half the depth of excavation away from the top edge of any excavation. Locating or stockpiling of supplies or operating equipment should not be permitted within am 10 feet of the top of the retention system unless such surcharging is included in the system design. Recommendations and design criteria for an open cut and a retained cut are presented in the following sections. construction slopes of one vertical to one horizontal (IV: I H) for the clays and weathered limestone are recommended. Near vertical cut slopes of 10 vertical to one horizontal (IOV:IH) or flatter for the un- weathered limestone are recommended. s wr MACTEC Engineering and Consulting, Inc. Report No. 4900-06-1.138 Page 9 OR so M-260 Sanitary Sewer Rehabilitation Fort Worth, Texas October 19, 2006 6.2 Pipe Support/Bedding The anticipated pipe invert depth will generally be 15 to 30 feet below grade. In all cases, this depth will result in the trench bottom in the bedrock formation, either weathered or un-weathered. Shaping of the bedrock material for bedding (Class B bedding) will be difficult to impossible and is not recommended. Placing the pipe directly on a flat subgrade is not recommended (Class D bedding). Therefore, granular bedding (Class C bedding) for the pipe is recommended. Bedding is provided to distribute the vertical reaction around the lower exterior surface of the pipe and reduce the stress concentrations within the pipe wall. The load which a pipe will support depends on the width of the bedding contact area and the quality ofthe contact between the pipe and bedding. An important consideration in selecting a material for bedding is to be sure that positive contact can be obtained between the bed and the pipe. Most granular material will deform or shift to attain positive contact as the pipe settles, resulting in an ideal load distribution. Clean, coarse sand, well-rounded pea gravel, or well -graded crushed rock are recommended for bedding. 6.3 Field Supervision and Density Testing Field density and moisture content determinations should be made on each lift of fill with a minimum of 1 test per lift per 150 to 200 linear feet (LF) of the utility trench backfill. Supervision by the field technician and the project engineer is required. Some adjustments in the test frequencies may be required based upon the general fill types and soil conditions at the time of fill placement. .. Many problems can be avoided or solved in the field if proper inspection and testing services are provided. It is recommended that all site subgrade preparation and pavement construction be monitored by a qualified engineering technician. Density tests should be performed to verify compaction and moisture content of any earthwork Inspection should be performed prior to and during concrete placement operations. MACTEC employs a group of experienced, well -trained technicians for inspection and construction materials testing who would be pleased to assist you on this project. Fm AM CTEC Engineering and Consulting; Inc. .. Report No, 4900-06-1438 Page 5 .r aw M-260 Sanitary Sewer Rehabilitation, Fort Vorth, Texas 7.0 LIMITATIONS October 19, 2006 ow The professional services, which have been performed, the findings obtained, and the recommendations prepared were accomplished in accordance with currently accepted geotechnical engineering principles and No practices. The professional opinions presented in this report have been developed using that degree ofcare and skill ordinarily exercised, under similar circumstances, by reputable geotechnical consultants practicing in this or similar localities. No other warranty, expressed or implied, is made as to the professional advice included in this report. —. The possibility always exists that the subsurface conditions at the site may vary somewhat from those encoun- tered in the borings. If there are any unusual conditions differing significantly from those described herein, we should be notified to review the effects on the performance of the recommended foundation system. The recommendations given in this reportt were prepared exclusively for the use of the City of Fort Worth and their design consultants. The information supplied herein is applicable only for the design ofthe previously described structures to be constructed at locations indicated at this site and should not be used for any other structures, locations, or for any other purpose. We are not responsible for the conclusions, opinions, or recommendations made by others based on the information submitted herein. This report presented recommendations to guide preparation of project specifications and should not be used in place of project specifications. .f An environmental evaluation of the soil, groundwater, and/or air is not included within the scope of this project. Should you need an environmental evaluation of this site, we can assist you in the development the scope of work for such an evaluation. We will retain the samples acquired for this project for a period of 30 days subsequent to the submittal date printed on the report. After this period, the samples will be discarded unless otherwise notified by the City in writing. we s ti MACTEC Engineering and Consulting, Inc. AM Report No. 4900-06-1438 Page 6 no so No FIGURES 40 ow ow .. .. ow .. a wi m I SOURCE HELD NOTES _ - - - FIGURE RE 1 MACTEC BORING LOCATION PLAN w. naD. DEscAwr+av acre REVMOHe GEOTECHNICAL EXPLORATION MACTEC ENGINEERING AND CONSULTING, INC. DRAWN By MENAME M-260 SANITARY SEWER REHABILTATION 166M WESTGROVE, SUITE 600 Sao 4901143"l FORT WORTH, TEXAS ADDISON. TEXAS 75001 I CHECKED SY AWROX SCALE yr 469-828-4100 FAX 469-828-4110 1' = 400'=0• W W W.MACTEC.COM APPR2�15 AV DATE MACTEC PROJECT 4900-06-1438-01 No ow LOG OF BORING NO. B -1 PROJECT: M-260 SANITARY SEWER REHABILITATION SHEET 1 of 1 CLIENT: CITY OF FORT WORTH LOCATION: FORT WORTH, TEXAS DATE: 9115/06 SURFACE ELEV: FIELD DATA LABORATORY DATA DRILLING METHOD: Boring was advanced using continuous Hight auger drilling equipment. o a e - - 0 F GROUNDWATER INFORMATION: No groundwater y N i seepage was encountered in boring while drilling. Boring Y a z z ~ Z LL x — y z was dry at completion of drilling activities. UO 0 0 wa w w o -j y y H r j O rt oa W m m o = a o a z 0 z o _u u H z N W (7 ma w w a O � a~.- o a s y a Z 0 d ou -� N a aw z i= a 02 DESCRIPTION OF STRATUM P=4.50+ 14 Hard yellowish brown GRAVELLY CLAY (FILL) P=4.50+ 5 s To P=4.50+ 18 70 28 42 Hard yellowish brown and gray SHALEY CLAY (CH) P=4.50+ 18 _-, 4.0 100/2.00" Gray LIMESTONE 5 - - i.r — 10011.00" 100/0.50- 15 -- _ -20- TUBE AUGER SPLIT - SAMPLE SAMPLE SPOON 4900-06-1438-01 15.0 End Of Boring @ 15.0 feet NH N REMARKS: M-260, Station 39+00 ROCK TIH'IO NO , CORE PEry. RECOVERY CHECKED BY: FIGURE 2 0 yf MACTEC LOG OF BORING NO. B -2 PROJECT: M-260 SANITARY SEWER REHABILITATION SHEET 1 of 1 CLIENT: CITY OF FORT WORTH LOCATION: FORT WORTH, TEXAS DATE: 9115106 SURFACE ELEV: FIELD DATA LABORATORY DATA DRILLING METHOD: Boring was advanced using continuous flight auger drilling equipment. 0GROUNDWATER INFORMATION: No groundwater a- seepage was encountered in boring while drilling. Borhig lL I +- o LL a z S > Y z was dry at completion of drilling activities. U Z U =i L M P O (7 � O 0 wa w rn U � :I F p to N m ca o Cr z 0 0 z W0 w a y D in � rA o z i= a 2 o a o a. a o ¢ DESCRIPTION OF STRATUM P=4.50+ 17 Hard yellowish brown GRAVELLY CLAY (FILL) P=4.50+ 6 45 22 23 .r 2.0 P=4.50+ 13 Hard yellowish brown and gray SHALEY CLAY (CH) P=4.50+ 17 72 27 45 wr 4.0 100/1.00" Gray LIMESTONE 5 — .f "W 100/0.00, •• — 10 — 10011.00' 15.0 15 - End Of Boring @ 15.0 feet a. . -20- - REMARKS: M-260, Station 32+50 TUBE AUGER SAMPLE SAMPLE SPLIT- SPOON ROCK CORE THO p�E NO RECOVERY CHECKED BY: ' 4900-06-1438-01 FIGURE 3 0MACTEC . LOG OF BORING NO. B -3 PROJECT: M-260 SANITARY SEWER REHABILITATION SHEET 1 of 1 CLIENT: CITY OF FORT WORTH LOCATION: FORT WORTH, TEXAS DATE: 9115106 SURFACE ELEV: FIELD DATA LABORATORY DATA DRILLING METHOD: Boring was advanced using continuous flight auger drilling equipment. 0 0 � a � GROUNDWATER INFORMATION: No groundwater LL W seepage was encountered In boring while drilling. Born Ig "• `_ ? N' Y �' was dry at completion of drilling activities. Y a z O z W r U co 2~.9 F Z K W m m p 0 K W z U U Z � t Z W K a - e6 -� F- Z J a d = Q W �= 0 oo O � d h to g F fA g= y a W o� J O o W 0 v� z a 2 o a _3 a. a 0 En a LL ¢ DESCRIPTION OF STRATUM P=4.50+ 10 54 24 30 Hard dark brown CLAY with gravel and asphalt (FILL) P=4.50+ 15 .� P�4.50+ 8 >001 P-4.50+ 11 wr P=4,50+ 11 5 P=4.50+ 11 6.0 ,s- 1 100/1.00' Tan WEATHERED LIMESTONE 9W 10010.00• 11.0 Gray LIMESTONE 100/2.00- 15 y w 100/1.00• 20 - 20.0 End Of Boring @ 20.0 feet ..� �I Id M �j kl REMARKS: M-260, Station 25+50 TUBE AUGER SAMPLE SAMPLE SPLIT- SPOON ROCK CORE THD CON NO RECOVERY CHECKED BY: 4900-06.143"1 FIGURE 4 AMACTEC LOG OF BORING NO. B -4 PROJECT: M-260 SANITARY SEWER REHABILITATION SHEET 1 of 1 CLIENT: CITY OF FORT WORTH LOCATION: FORT WORTH, TEXAS DATE: 9115/06 SURFACE ELEV: FIELD DATA LABORATORY DATA DRILLING METHOD: Boring was advanced using continuous flight auger drilling equipment. ar GROUNDWATER INFORMATION: No groundwater m w z seepage was encountered in boring while drilling. Borl►g r o }' z d y Z was dry at completion of drilling activities. Y (U� Z O O W U W d' y U C` N_ b y W Fy O m mIn Q d= N 2 (!� z U ~ U Z C7 0. W O p F- a "'n Q to f_ _ g = pLU O F Q m to z f L o a a a 2 0 m DESCRIPTION OF STRATUM P=4.50+ 11 Hard dark brown to yellowish brown GRAVELLY CLAY (FILL) >00 P=4.50+ 13 43 23 20 !§� P=4.50+ 4 P=4,50+ 3 *01 P=4.50+ 4 >001 5 - - P=4.50+ 3 8.0 Tan WEATHERED LIMESTONE 10011.50" 100/1.00" - 10 — - 12.0 r Gray LIMESTONE 10012.00" 15.0 - 15 - End Of Boring ®15.0 feet w -20- - Irl kil h i N k{ REMARKS: M-260, Station 9+50 TUBE AUGER SPLIT- ROCK TFN NO SAMPLE SAMPLE SPOON CORE PENE RECOVERY CHECKED BY: - 4900-06-1438-01 FIGURE 5 -� ;MACTEC MAJOR DIVISIONS GROUP SYMBOLS TYPICAL NAMES Undisturbed Semple Auger Cuttings CLEAN p �� C'W Well graded gravels, gravel - sand mixtures, little or no fines. ' Split Spoon Sample Bulk.Semple GRAVELS GRAVELS (Little or no fines) (More than 50% of , a �' Gp Poorly graded grovels or grave - send mixtures, little or no fine. . Rock Core Crandall 3tUri lee p coarse traction is No.4sLAROEe Ursa theGRAVELS No. 4 sieve size) a GM I Silty gravels; gravel - sand - silt mlxwres. Dilatometer Pressure Meter COARSE WITH FINES ^ GRAINED SOILS (A reciable amo nt offines ) GC ,mixtures, Clayey ��is, gravel -sand .clay Packer C No Recovery (More than 50% of is rrtER Uran N0, LARG CLEAN .: ':•••• SW I WeU graded sands, gravelly sands, little or no fines. Water Water Table at time of drilling �C 13 Water Table after 24 hours 200 sieve size) SANDS SANDS (More than 50% of (Little or no fines ) Sp poor) graded sends or gravelly sands, r coarse fraction is tittle or fines, SMALLER than the No. 4 Sieve SANDS t •.' $M Silty sands, sand - sat mixtures sue) WITH FINES cunt o(Appreciable amount of fines) � SC Clayey sands, sand - clay mixtures. YeY Y ML Inorganic silts and very fine sands, rock flour, silty of clayey fine sands or clayey Correlation of Penetration Resistance gilts wwiut aIfppt pl stcity r, with Relative Density and Consistency SILTS AND CLAYS (Liquid limit LESS than 50) CL aorg tc ays of"low rtudium plasticity, gtavelly clays, sandy clays, silty clays, lean SAND.& GRAVEL SILT & CLAY FINE clays. No. of Blows Relative Density No. of Blows Consistency GRAINED = OL Organic silts and organic silty clays of iow 0-4 Very Loose 0-1 Very Soft SOILS =- plasticity. 5 - 10 Loose 2-4 Soft (More titan 50% of f� smdys'rlis;silty �s, Blest clato amus I 1 - 20 Firm 5-8 Firm SMmaterial ALLERthanH or 21 - 30 Nery Firm 9 - 15 Stiff No. 200 sieve size) SILTS AND CLAYS 31 - 50 Dense 16 - 30 Very Stiff (Liquid limit GREATER than 50) CH Inorganic clays of high plasticity, fat clays Over 50 Very.Dense Over 31 Hard OH clays to high plaast city,nic orgaru $1113, u A jI HIGHLY ORGANIC SOILS s 31 PT i Peat and other highly organic soils. BOUNDARY CLASSIFICATIONS. Soils possessing characteristics of two groups are designated by combinations of group symbols. SAND GRAVEL KEY TO SYMBOLS -AND SILT OR CLAY Cobbles Boulders Fine I Medium ICoarse Fine I Coarse DESCRIPTIONS N0.200 No.40 No.10 No.4 3/4" 3" 12" U.S. STANDARD SIEVE SIZE MACTEC Refer.ence: The Unified Soil Classification System, Corps of Engineers, U.S. Army Technical Meinoraitdum No. 3-357, Vol. 1, Marci►, 1953 (Revised April, 1960) REPORTS STORM WATER POLLUTION PREVENTION PLAN STORM WATER POLLUTION PREVENTION PLAN A copy of the Storm Water Pollution Prevention Plan for this project are available for examination at the offices of Dunaway Associates, L.P.. The responsive low bidder will be furnished with a copy after award of contract. Bidders shall not remove the copies from the offices of Dunaway Associates, L.P.